Open/Inspect/Report Direction Finder Set
ID: 70Z04025Q5ZF017Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Ship Building and Repairing (336611)

PSC

RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE (5825)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 72 Direction Finder Sets (NSN 5825-01-448-4076, Part No. TD-L1550A) as part of a combined synopsis/solicitation. The procurement involves an open inspection and reporting process, followed by potential repairs to restore the equipment to original specifications, with a maximum overhaul cost capped at $2,526 per unit. These Direction Finder Sets are critical for the operation of U.S. Coast Guard Small Boats, ensuring reliable navigation capabilities. Interested vendors must submit their quotes by May 16, 2025, and direct any inquiries to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or by phone at 571-607-2462.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the details of a government Request for Proposal (RFP) relating to services involving inspection and repair. It specifies Contractor Line Item Numbers (CLINs) for tasks to be completed, including an open inspection and report, and repair work. The breakdown includes labor rates (CLIN 0002A) that encompass labor, general and administrative expenses, and profit, but these rates are currently set at $0.00. Additional line items for materials (SLIN 0002B) and shipping (SLIN 0002C) also reflect no costs. The overall estimated dollar value for the CLINs indicates that no financial commitment is currently outlined in the RFP, as all items register as $0.00. This document is indicative of the federal procurement process, outlining cost structures while potentially seeking proposals for future services related to inspection and repair work without financial expenditures being anticipated at this time. It reflects a preliminary stage in the contracting process where policymakers assess needs and solicit vendor proposals for forthcoming work.
    The document outlines the overhaul requirements for the DIRECTION FINDER SET (Stock No. 5825-01-448-4076, Part No. TD-L1550A), designated for the U.S. Coast Guard. Contractors must ensure that each unit arrives complete and in proper condition, with any discrepancies reported accordingly. An initial inspection is mandated to determine necessary repairs, followed by a detailed cost estimate including parts and labor. The overhaul must restore the set to original specifications set by the manufacturer, SEA-TRONICS. Quality assurance processes include production tests and certifications, with a 90-day warranty post-installation for defects. Each unit must be preserved and packaged securely for up to two years, ensuring protection against deterioration. Acceptance of the units will occur at the destination, contingent on adherence to packaging standards and transportation integrity. Recommended sourcing is designated for SEA-TRONICS LLC, with a maximum overhaul cost capped at $2,526. This document fits within the framework of government RFPs, focusing on acquiring services for the maintenance of critical equipment for the Coast Guard.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Homeland Security, Department Of
    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.
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    PARTS KIT, BEARING REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit for Bearing Replacement, essential for maintaining the operational readiness of its vessels. This procurement involves a requirement for 32 units of a specific parts kit manufactured by Duramax Marine LLC, which includes various components necessary for the propulsion shaft bearing assemblies. The Coast Guard emphasizes that all items must meet stringent quality assurance standards and packaging requirements, ensuring compliance with manufacturer specifications and federal regulations. Interested vendors must submit their quotations to Eric Goldstein via email by December 16, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) with a valid DUNS number.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    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.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    Repair Color Weather Radar
    Homeland Security, Department Of
    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.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.
    Repair Various Radar Components
    Homeland Security, Department Of
    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.
    Low Level Contr
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.