Blast System Service
ID: 70Z03826QK0000002Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is soliciting proposals for the service and maintenance of the Pauli Blast System (RAM 11 and RAM 35B Models) located in Elizabeth City, North Carolina. The procurement aims to ensure the system is fully operational, compliant with OEM specifications, and adheres to U.S. Coast Guard safety standards while minimizing downtime and environmental impact. This opportunity is critical for maintaining the operational readiness of equipment used in aviation logistics, and it is anticipated that a firm-fixed price purchase order will be awarded on a sole-source basis to the Original Equipment Manufacturer or authorized distributors. Interested parties must submit their quotations by December 8, 2025, with the anticipated award date on or about December 11, 2025. For inquiries, contact Jordan Ownley at samuel.j.ownley2@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government attachment, part of an RFP, details a schedule for the procurement of Pauli Blast Systems RAM 11 and RAM 35B Models, along with Pauli Systems, Inc. Filter Cartridges (P/N: 240-060-25). The document instructs vendors to complete yellow-highlighted sections for quantity, unit price, and lead time, with other figures automatically calculated. Vendors must specify lead time and F.O.B. information, disclose any additional charges, fees, or prompt payment discounts, and provide a firm-fixed-price inclusive of shipping, labor, travel, and materials as per the Statement of Work. Contact information for questions is provided. The schedule includes line items for inspection/T&E over several days for the blast systems, and a quantity of 220 filter cartridges.
    This Statement of Work (SOW) outlines the requirements for Pauli Systems, the OEM, to perform a comprehensive inspection, repair, and upgrade of the existing Pauli System at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The project aims to restore the system to full operational status, meet OEM specifications, comply with USCG safety standards, and minimize future media release and downtime. The scope includes testing, troubleshooting, evaluation (TT&E), a complete system inspection, and the provision of OEM-approved filters. Pauli Systems will provide certified technicians for up to forty hours, with all travel and associated costs covered by a firm-fixed price. The USCG requires minimal downtime, potentially necessitating weekend work. Upon inspection, Pauli Systems must submit a detailed report within three business days, including findings, photographic documentation, and recommendations for repairs. This report will be accompanied by a comprehensive, firm-fixed price quote for all required labor, replacement parts, and specific system upgrades, including a Broken Bag Detection System, Discharge Drum Monitoring System, and Automatic Filter Pulsing System. No work beyond the initial TT&E and inspection can commence without written approval from the Contracting Officer. Upon completion of all repairs and filter change-out, Pauli Systems must provide a written certification confirming the system is fully operational and compliant with OEM specifications. The SOW also details general requirements such as safety, coordination, permits, warranty, documentation, and cleanup. All work will be performed at the ALC, with acceptance based on task completion, adherence to specifications, accurate documentation, and successful operational testing. The document also includes policies and regulations regarding base access, compliance with local directives, employee conduct, tobacco use, and environmental, safety, and occupational health standards. The F.O.B. point for this order is Destination, with prices including all travel-related charges.
    This Statement of Work (SOW) outlines requirements for Pauli Systems to inspect, repair, and upgrade an existing Pauli Blast System at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The project's goal is to ensure the system is fully operational, meets OEM specifications, complies with USCG safety standards, and minimizes future media release and downtime. Pauli Systems will provide certified technicians for up to 40 hours to perform testing, troubleshooting, evaluation (TT&E), and a complete system inspection. Following this, a written report and quote for necessary repairs, replacement parts, and specific system upgrades (Broken Bag Detection, Discharge Drum Monitoring, Automatic Filter Pulsing) will be submitted. All repairs and upgrades require prior written approval from the Contracting Officer. Upon completion, Pauli Systems must provide an Equipment Operability Certification, warranty documentation, and updated system documentation. All work will be performed at ALC, adhering to strict safety regulations, base access policies, and environmental health standards. The period of performance will be determined upon Purchase Order award, with acceptance based on task completion, adherence to specifications, accurate documentation, and successful operational testing.
    This government solicitation attachment outlines the terms and conditions for federal acquisition of commercial items, specifically for DHS and USCG. It details instructions for offerors, including submission requirements, acceptance periods, and procedures for late submissions. The document emphasizes evaluation criteria, with a focus on fair and reasonable pricing, technical acceptability, and a sole-source award to Pauli Systems Inc., unless OEM-certified distributors offer a lower-priced, technically acceptable solution. Critical provisions address security prohibitions, exclusions related to covered telecommunications equipment, and restrictions concerning business operations in Sudan and Iran. Contractors must comply with specific quality assurance, packaging, shipping, and invoicing instructions, including fast payment procedures. The attachment incorporates various FAR and HSAR clauses by reference, ensuring compliance with federal regulations and emphasizing the importance of accurate certifications and disclosures regarding prohibited products and services.
    This government solicitation attachment outlines the terms and conditions for federal acquisitions of commercial items, specifically focusing on DHS procurements. It details instructions for offerors, including submission requirements, acceptance periods, and procedures for late submissions. The document emphasizes the evaluation criteria for commercial products and services, highlighting that awards will be made on a sole-source basis to Pauli Systems Inc., with provisions for evaluating OEM-certified distributors based on the lowest-priced, technically acceptable offer. Key aspects include comprehensive quality assurance protocols for products affecting USCG aircraft, strict packaging and shipping instructions to the USCG Aviation Logistics Center, and specific invoicing requirements including the use of “FAST PAY” procedures. Additionally, the document mandates adherence to security prohibitions and exclusions related to telecommunications equipment, unmanned aircraft systems, and restrictions concerning business operations in Sudan and Iran, requiring offerors to certify compliance and disclose any non-compliance.
    Lifecycle
    Title
    Type
    Blast System Service
    Currently viewing
    Solicitation
    Similar Opportunities
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    Repair Color Weather Radar
    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 Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Procurement of Various Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Repairs/Overhauls of Signal Proc's, Receiver/Transmitters, and Antenna's for use on the HC-144 Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking sources for the repair and overhaul of signal processors, receiver/transmitters, and antennas used on the HC-144 aircraft. This opportunity aims to identify commercially available vendors capable of providing these services in accordance with Original Equipment Manufacturer (OEM) specifications, as the HC-144 aircraft operates in challenging environments that accelerate wear and corrosion. Interested vendors must respond with detailed company information, product specifications, and relevant certifications by December 16, 2025, at 4:00 PM EST, and should direct their responses to Logan J. Brown via email at Logan.J.Brown3@uscg.mil.