Repair of Transponder
ID: 70Z03825QH0000025Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Support Activities for Air Transportation (488190)

PSC

RADAR EQUIPMENT, AIRBORNE (5841)
Timeline
  1. 1
    Posted Jan 28, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 5:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair of transponder devices as part of a Combined Synopsis/Solicitation. The procurement involves the repair of a specific transponder (NSN: 5841-01-671-1495, Part Number: 4079100-0522) and may include additional units as needed, with the potential for increased order quantities within a year of the initial award. This equipment is critical for aviation operations, ensuring the reliability and functionality of airborne radar systems. Interested parties should contact Shavon M. Smith at Shavon.M.Smith@uscg.mil or 252-384-7409 for further details, and must comply with wage determinations outlined in the attached documents, including a minimum wage requirement of $17.75 per hour for contracts awarded after January 30, 2022.

Files
Title
Posted
Feb 14, 2025, 7:06 PM UTC
This document outlines the terms and conditions applicable to the solicitation for a sole-source contract expected to be awarded to Raytheon Company. It emphasizes compliance with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR), stipulating necessary representations, certifications, and technical acceptability criteria for potential offerors. Key points include the requirement for contractors to demonstrate access to technical directives, provide airworthiness certification for overhauled items, and submit OEM certification documents. The evaluation process focuses on lowest priced, technically acceptable offers, with a strong emphasis on fair pricing and the contractor's responsibility. The document also stresses the need for detailed product traceability, quality assurance protocols, and proper documentation for shipping. Payment instructions specify electronic invoicing, and various clauses outline compliance with federal regulations regarding whistleblower rights, safeguarding of Contractor information systems, and prohibitions against specific telecommunications products. The summary serves as a guide for potential bidders, ensuring they understand the necessities for compliance, product specifications, and evaluation criteria for this federal procurement process.
The document outlines the terms and conditions for a federal solicitation (70Z03825QH0000025), primarily for the procurement of commercial products and services. It specifies that the contract will be awarded on a sole-source basis to Raytheon Company, highlighting the importance of fair pricing and technical acceptability for the contractor. The evaluation criteria mandate that offerors must demonstrate access to technical directives, airworthiness certification for overhauled items, and documentation from the original equipment manufacturer (OEM) certifying their capabilities. The document also stipulates compliance with several federal regulations, including those related to telecommunications, labor rights, and sourcing from restricted areas. Payment instructions and packaging requirements emphasize the need for thorough traceability and compliance with safety standards. Overall, the solicitation underscores the government’s commitment to strict contract compliance, technical standards, and support for small business certifications while ensuring safety in procurement processes. This document serves an essential role in facilitating transparent and fair contractual agreements within the federal procurement framework.
Feb 11, 2025, 1:07 PM UTC
The document outlines the terms and conditions relevant to the solicitation numbered 70Z03825QH0000025, primarily focusing on federal acquisition regulations for a procurement expected to be awarded solely to Raytheon Company. Key provisions detail requirements for offer submissions, including necessary representations about telecommunications equipment, technical acceptability criteria, and compliance documentation needed for evaluation. Offerors must submit proof of access to technical directives, airworthiness certifications, and OEM confirmations, with a structured evaluation process favoring the lowest priced technically acceptable offer. The document also emphasizes the conditions governing the shipment and inspection of items, payment instructions, and contract management responsibilities, highlighting the importance of quality assurance measures. Prohibitions against contracting with certain entities and requirements pertaining to the safeguarding of sensitive information are also included. Overall, the report serves as a comprehensive guide for potential contractors, ensuring compliance with federal guidelines in defense-related acquisitions.
Feb 14, 2025, 7:06 PM UTC
The document outlines a Request for Proposal (RFP) related to the repair and potential acquisition of transponder devices by the U.S. Coast Guard (USCG). It lists two line items: the repair of a specific transponder (NSN: 5841-01-671-1495, Part Number: 4079100-0522) with a quantity of one, and a second item categorized as "Beyond Economic Repair/No Fault Found," which is currently undetermined in quantity. The USCG reserves the right to increase the order quantity by up to two units of each item within a year after the initial award, adhering to the terms set forth in FAR 52.217-6. The quotation process is outlined, instructing vendors to complete specific fields while communicating any additional fees or discounts. Contact information for inquiries is provided. This RFP reflects the USCG's procurement protocols and aims to ensure the consistent maintenance and procurement of critical equipment.
Feb 14, 2025, 7:06 PM UTC
The document pertains to wage determinations under the Service Contract Act (SCA) as directed by the U.S. Department of Labor. It outlines the applicable wage rates for various occupations within specific Florida counties, in accordance with Executive Orders 14026 and 13658, mandating minimum wage compliance for federal contracts. For contracts awarded or renewed after January 30, 2022, a minimum wage of $17.75 per hour is required, whereas contracts awarded between January 1, 2015, and January 29, 2022, stipulate $13.30 per hour. The file includes a comprehensive list of job titles, their corresponding wage rates, fringe benefits, and specific notes on coverage under these Executive Orders. Additional provisions on paid sick leave under EO 13706 are included, emphasizing the contractor's obligation to provide employees with up to 56 hours of sick leave annually. The document serves as a critical reference for contractors involved in federal projects, ensuring compliance with wage standards and employee benefits as part of government contracts, ultimately aiming to enhance labor protections and ensure fair compensation for service workers.
Lifecycle
Title
Type
Repair of Transponder
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Repair Color Weather Radars
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to repair color weather radars under a combined synopsis/solicitation. The procurement involves the repair and testing evaluation of a specific Color Weather Radar system (NSN: 5821-01-522-5712; Part Number: 7009330-911), which includes provisions for new equipment, repairs of existing units, and the identification of units deemed Beyond Economic Repair (BER). This equipment is critical for aviation operations, ensuring reliable weather data for mission success. Interested contractors should direct inquiries to Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must adhere to the outlined terms and conditions, including compliance with wage determinations applicable in Kansas.
Open, Inspect and report PROCESSOR,RADAR DATA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the overhaul of the Processor Radar Data, Model 104B, under a total small business set-aside contract. The procurement involves comprehensive inspection, reporting, repair, testing, and packaging of the radar equipment, ensuring compliance with specific Coast Guard standards and specifications. This equipment is critical for maintaining operational readiness and effectiveness in maritime safety and security missions. Interested contractors should note that the maximum cost estimate for the overhaul is set at $2,600, and they can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details.
Searchlight Control Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors for the repair of Searchlight Control units used in MH-60T aircraft. The procurement involves evaluating, repairing, and potentially disposing of these units, with specific requirements for compliance with OEM standards and corrosion management due to the operational environment. This opportunity is critical for maintaining the operational integrity and safety of U.S. Coast Guard aircraft systems. Interested contractors should direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must adhere to the wage determination outlined in the attached documents to ensure compliance with federal labor standards.
Repair Satcom SDU for the Support of the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair Satcom SDUs in support of the HC-27J aircraft. The procurement requires contractors to inspect, repair, and overhaul aircraft components, adhering to OEM specifications and maintaining ISO 9000 quality standards. This initiative is crucial for ensuring the airworthiness and operational readiness of U.S. Coast Guard aircraft, with a turnaround time for services set at 90 days, although earlier completion is preferred without additional costs. Interested vendors should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which emphasizes compliance with federal regulations and the submission of required documentation.
Repair of POWER SUPPLY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for a power supply unit, identified by National Stock Number (NSN) 6130-01-290-7512 and part number 8-ES-003-417-00. The procurement involves the repair of four units, with an option to procure an additional four units within one year of the initial award, emphasizing compliance with airworthiness certifications and necessary technical documentation. This opportunity is critical for maintaining the operational readiness of aviation logistics within the Coast Guard. Interested small businesses must submit their proposals in accordance with the outlined terms and conditions, and can direct inquiries to Angela Watts at ANGELA.L.WATTS@USCG.MIL or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
RADAR SET SUBASSEMB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a RADAR SET SUBASSEMBLY, identified by part number 7519828. The procurement requires contractors to meet specific operational and functional requirements, ensuring compliance with various military standards and regulations, including the need for a Government Security Clearance due to the classified nature of certain documents involved. This equipment is critical for military operations, emphasizing the importance of reliability and adherence to quality assurance protocols. Interested vendors should contact James B. Burnett at 717-605-8656 or via email at james.b.burnett1@navy.mil for further details, with a monetary limitation for repair purchase orders set at $22,233.00.
66--TRANSDUCER,MOTIONAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the repair and modification of a specific transducer, identified by NSN 7H-6695-015350960. The procurement involves a quantity of one unit, which must be delivered to DLA Distribution San Diego, California, and is restricted to government-approved sources due to the militarily sensitive technology involved. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, Kelsey Gring can be contacted at (717) 605-1089 or via email at KELSEY.GRING@NAVY.MIL.
Various Items
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 electronic and mechanical components under solicitation number 70Z03825QJ0000024. The contract will cover a base year and four option years, focusing on items such as logic units, antennas, G switches, and spacers, with bidders required to provide pricing and lead times for each item listed in the schedule. These components are critical for maintaining operational effectiveness within the Coast Guard's aviation capabilities. Interested vendors should direct inquiries to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil or call 206-863-2026, and are advised to review the terms and conditions outlined in the attached documents to ensure compliance with federal procurement standards.
Repair Digital Protractor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractors to refurbish a digital protractor to a like-new condition. The procurement involves comprehensive refurbishment processes, including evaluation, repair, calibration, and performance testing, adhering to Original Equipment Manufacturer (OEM) standards. This equipment is crucial for aviation operations, and the refurbishment ensures that it meets the necessary operational readiness and quality standards. Interested contractors should contact Jackson Perry at Jackson.S.Perry@uscg.mil for further details, and must comply with the outlined terms and conditions, including maintaining an ISO 9001-2000 compliant quality system.
Repair of High-Speed Shaft Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement requires a thorough inspection, testing, and evaluation of components, with adherence to Original Equipment Manufacturer (OEM) specifications and FAA standards, ensuring that all repairs restore components to a serviceable condition. This opportunity is critical for maintaining the operational readiness and safety of U.S. Coast Guard aviation capabilities. Interested contractors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, with proposals due within specified timelines, including completion of testing within 15 days and repairs within 90 days.