Furuno Radar Pedestal - Open, Inspect, Report
ID: 2125405B4200CM010Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 2:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is soliciting quotes for the inspection and potential repair of 13 Furuno Antenna Pedestals under Request for Quote (RFQ) #2125405B4200CM010. Vendors are required to open, inspect, and report on the units, determining their repairability and providing necessary documentation, including an Open and Inspect Report (OIR) and a Beyond Economical Repair (BER) form if applicable. This procurement is crucial for maintaining the operational readiness of the Coast Guard's equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards. Interested parties must submit written quotes by April 18, 2025, at 10:00 AM ET, and are encouraged to contact Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil for further details.

Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
The Statement of Work outlines the requirements for the repair of Furuno Antenna Pedestal units by the Coast Guard Surface Forces Logistics Center. The purpose is to maintain a “Ready for Issue” inventory, ensuring that equipment meets Original Equipment Manufacturer (OEM) standards. Contractors are tasked with diagnosing and repairing up to 13 units, reporting any items deemed Beyond Economical Repair (BER). The performance period extends 60 days post-award for diagnosing and repairing or returning BER units. Contractors must provide detailed reports on repairability and cost estimates for each unit and adhere to specific packaging and shipping guidelines to return repaired or BER items to Baltimore, MD. Communication regarding the status of repairs is mandatory, with clearly defined roles for the Equipment Specialist, Contracting Officer’s Representative, and Contracting Officer. The summary emphasizes that timely delivery and adherence to specifications are critical for supporting Coast Guard missions and maintaining the integrity of the inventory pipeline.
Apr 4, 2025, 7:08 PM UTC
The document outlines the Open Market Provisions and Clauses related to Solicitation 2125405B4200CM010, detailing the Federal Acquisition Regulation (FAR) provisions and clauses incorporated by reference in government contracts. It emphasizes various representations and certifications required from offerors, particularly concerning the provision of covered telecommunications equipment and services, which are subject to prohibitions stemming from national security concerns, including the use of products from companies identified as risks, such as Kaspersky Lab and Huawei Technologies. Notably, it outlines procedures for compliance with these security regulations, requiring offerors to disclose relevant information if using prohibited equipment or services. The document also specifies clauses that should or should not be included based on recent executive orders and policy updates, ensuring transparency and adherence to federal guidelines in procurement processes. The overall intent reinforces safeguarding government interests while clarifying obligations for contractors within this solicitation framework.
The "Packaging and Marking Guide for DoD" provides essential guidance on military packaging requirements, primarily for use by contractors and agencies interacting with the Department of Defense. Compiled originally by Ted Hollanders and updated by the Defense Contract Management Agency, this guide serves as an informational resource rather than a formal directive. It outlines locations of packaging requirements within contracts, addresses hazardous materials packaging regulations, and details various military packaging standards, such as MIL-STD-2073-1E. Key components of the guide include explanations of military preservation and packing methods, along with practical instructions for compliance with packaging requirements codes (PRC) and inspection protocols. It specifies the importance of proper marking, labeling, and the use of specific materials to ensure the protection of items during shipment and storage. The document emphasizes the need for detailed adherence to technical standards, quality assurance provisions, and applicable regulations across different modalities (land, sea, air). Ultimately, the guide's purpose is to support contractors in fulfilling DoD requirements and maintaining the integrity and safety of items within the supply chain, particularly in terms of packaging standards and practices essential for military logistics.
The document outlines a report on a piece of equipment deemed Beyond Economical Repair (BER) with specific details including a contract number, line item, and serial number for identification. It specifies the National Item Identification Number (NIIN/NSN) and Part Number (P/N) associated with the faulty equipment, along with a field to note the problems identified. A section is dedicated to suggesting potential replacement parts or solutions required, as well as noting any obsolete materials. Labor hours and costs, if applicable, are to be provided alongside return shipping details. The point of contact for this report is identified as Stephen R. Flanagan, a Supply Management Specialist with direct contact information. Overall, this documentation serves to streamline the repair process for military or government equipment, adhering to federal contracting requirements and procurement practices. The precise format and details ensure accountability and traceability in managing federal resources.
Apr 4, 2025, 7:08 PM UTC
The document outlines the Inspection Report (OIR) process related to the repair and evaluation of government contract items, specifically focusing on equipment identified by NIIN/NSN 5840-01-628-3408, P/N T5365A-25WATT. It describes three possible outcomes of inspections: Repair, Beyond Economical Repair (BER), and No Fault Found. For each case, fields such as contract number, line item, problems identified, recommended solutions, anticipated material and labor costs, and whether the cost includes an open/inspect fee are provided. The OIR serves as a formal instrument for documenting issues, proposed solutions, and associated costs for government contracts related to equipment maintenance and repair. It emphasizes the need for clear information on the operational status and cost-effectiveness of maintaining or replacing various parts. This structured report mechanism supports strategic decision-making regarding asset management within federal and state/local initiatives. Overall, it reflects accountability and systematic assessment in government procurement processes.
The document outlines the procedures for the electronic submission of payment requests under NESSS Awards. It defines "payment request" as any bill, voucher, or invoice that must meet the standards set forth in FAR 32.905(b) regarding invoice content and the relevant payment clause of the contract. Contractors are required to submit payment requests electronically via the Invoice Processing Platform (IPP), using the specified blank form. Additional details about IPP, including customer support and enrollment information, are provided through designated websites. The emphasis is on ensuring compliance with applicable regulations while facilitating a streamlined and efficient payment process for contractors participating in federal projects. This guide reinforces the importance of adherence to federal guidelines in the management of funds within government RFPs and grants.
Apr 4, 2025, 7:08 PM UTC
The U.S. Coast Guard (USCG) has issued Request for Quote (RFQ) #2125405B4200CM010 for the inspection and potential repair of 13 Furuno Antenna Pedestals (NSN 5985-01-461-6332). Interested vendors must submit written quotes by April 18, 2025, at 10:00 AM ET, and must be registered with the System for Award Management (SAM). The procurement is categorized under NAICS code 811210, focusing on the maintenance and repair of electronic equipment, with a contract structure of a firm-fixed-price model. Vendors are tasked to open, inspect, and report on the units, providing detailed documentation regarding repair possibilities or declaring equipment as Beyond Economical Repair (BER). All services must adhere to specified guidelines, including packaging, and shipping should be free on board (FOB) destination within the continental U.S. The total period for performance is 60 days from award, with 30 days for inspection and reporting and another 30 days for repair or returns. The award will go to the lowest-priced technically acceptable offer based on compliance and technical evaluation, with the USCG reserving the right to reject any or all bids. This solicitation emphasizes the importance of cost-effectiveness and responsiveness in government procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
PURCHASE ANTENNA's
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the overhaul of antennas to support the HC-27J aircraft, under solicitation number 70Z03825QW0000071. The procurement aims to complete the repair of two antennas, with the potential for additional overhauls, and is restricted to vendors who are FAA 145 certified and have the necessary technical capabilities. This opportunity is critical for maintaining the operational readiness of the Coast Guard's aircraft fleet. Interested vendors must submit their capability information by April 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further details.
open, inspect and report OPERATOR INTERFACE, ELECTRONIC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
Logic Unit and Antenna Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
Repair of Various Panels
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of various aircraft panels under solicitation number 70Z03825QH0000057. This procurement involves a sole-source acquisition from G.E. Aviation, the Original Equipment Manufacturer (OEM), for specific components necessary to maintain operational readiness of the HC-130J aircraft. The contract will be awarded based on the lowest priced, technically acceptable offer, with a closing date for submissions set for April 15, 2025, at 12:00 PM Eastern Standard Time. Interested vendors should direct their quotations to Angela L. Watts at Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, ensuring compliance with all outlined terms and conditions.
Repair Antenna Radar Meteo for the Support of the HC-27J Aircraft.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair two Antenna Radar Meteo components for the HC-27J Aircraft. The procurement requires adherence to Original Equipment Manufacturer (OEM) specifications, with the expectation that repairs will be conducted by FAA 145 certified vendors capable of performing at least 50% of the work at their certified facilities. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring that all components meet stringent safety and quality standards. Interested vendors must submit their capability information by April 25, 2025, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation number 70Z03825QW0000066.
Repair of CNIS Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the quantity to four units within one year of the initial award. This procurement is critical for maintaining the operational readiness of aircraft components, as the CNIS Processors are essential for air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, with the anticipated award date around March 4, 2025. For further inquiries, vendors can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil.
VESSEL INTERFACE PANEL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 30 Vessel Interface Panels, essential components for cutter boats, under solicitation number 70Z04025Q50488B00. The procurement requires the items to be packaged according to military standards and delivered by June 26, 2025, to ensure operational safety and data centralization during missions. The Coast Guard has determined that only Mercury Marine can meet the unique technical specifications necessary for these panels, highlighting the critical nature of this sole-source procurement. Interested vendors must have an active SAM.gov registration and submit their quotes to Yannick Kassi by May 7, 2025, to be considered for this firm fixed-price purchase order.
Overhaul of Belly Radome
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the overhaul of three Belly Radomes, identified by part number 092-00679-001 and National Stock Number 5841-01-HS2-0463. This procurement is a sole-source acquisition from Meggitt Baltimore, Inc., and aims to ensure the operational readiness and reliability of critical radar equipment used in Coast Guard aviation operations. Interested contractors must submit their offers by April 28, 2025, with an anticipated award date of April 30, 2025. For inquiries, potential bidders can contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement team at D05-SMB-LRS-Procurement@uscg.mil.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.