Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
ID: 70Z03824QJ0000307Type: 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

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Homeland Security's United States Coast Guard (USCG) is seeking to procure sole-source repair services for the Interface Control Units (ICUs) and Low Profile Control Audio Panels (LPCAPs) used in the MH-60T and MH-65 aircraft from Telephonics Corporation. The primary objective of this procurement is to ensure the maintenance and operational readiness of critical aircraft systems, which are essential for various missions including search and rescue and law enforcement. The anticipated contract, valued at approximately $3.9 million, will cover a one-year base period with two optional one-year extensions, and all quotes must be submitted by February 7, 2025, at 2:00 PM EST to Steven Levie at steven.a.levie@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a schedule for a government contract with Telephonics for repairs, detailing requirements over a three-year period, including base and two option years. The contract specifies repairs for various audio control panels and interface control units, identified by their National Stock Numbers (NSN) and part numbers (P/N). Each period lists estimated quantities and indicates that certain prices and labor rates will be established in task orders, requiring specifics for unusual damage, technical support, service bulletins, and engineering changes. The estimated total for each period is stated as $0.00, emphasizing that failure to provide contracted items will not merit price adjustments through the Government Property clause. This document highlights the government's structured approach to procurement, focusing on specific repairs and labor requirements while outlining the procedural expectations for contractors in delivering technical services. Overall, the contract underscores the importance of compliance with the Statement of Work (SOW) in maintaining government equipment and systems.
    The document outlines the Statement of Work (SOW) for the United States Coast Guard (USCG) contract involving the repair and maintenance of components for the MH-60T and MH-65 aircraft. The main objective is to extend the service life of the MH-60T fleet, which is crucial for various missions such as search and rescue and law enforcement. The contract mandates that the contractor perform test, teardown, and evaluation of specified components to determine their condition, with firm-fixed prices for repairs and reporting requirements for components deemed beyond economical repair (BER). Repair activities must align with Original Equipment Manufacturer (OEM) procedures, and thorough documentation is required for all actions, ensuring components return to Ready for Issue (RFI) status. The contractor must maintain a quality management system in compliance with ISO standards and is responsible for tracking components via serial numbers. The contract spans a one-year base period with two option years, and includes strict delivery timelines for assessments and repairs. Environmental and safety protocols, especially concerning corrosion from saltwater exposure, are highlighted as critical considerations in the repair process. This structured approach emphasizes the USCG's commitment to maintaining operational readiness for its aviation resources.
    The document outlines the provisions, clauses, terms, and conditions applicable to a federal solicitation (70Z03824QJ0000307) for acquiring commercial products and services. It specifies that acceptance of the order is confirmed if the offeror holds prices firm for 120 days. Important requirements include submitting quotes in the specified format and completing representations regarding telecommunications and video surveillance services, pursuant to FAR 52.204-24 and 52.204-26. Offerors must disclose the nature of any covered telecommunications equipment or services they provide. Evaluation criteria emphasize the sole-source nature of the procurement, focusing on technical acceptability and fair pricing. Additional certifications are required regarding responsibility matters and any delinquencies in federal tax obligations. The document ensures compliance with regulations concerning telecommunications equipment, emphasizes the prohibition of contracting with entities engaging in certain activities related to Iran, and mandates representations concerning ownership and control of the offeror's entity. These terms collectively guide the procurement process, ensuring that it aligns with federal regulations and promotes responsible contracting practices.
    The Department of Homeland Security's United States Coast Guard (USCG) seeks to procure sole-source repair services from Telephonics Corporation, the sole manufacturer of Interface Control Units (ICUs) and Low Profile Control Audio Panels (LPCAPs) for the MH-60T and MH-65 aircraft. This will involve a contract valued at approximately $3.9 million, covering a one-year base period and two optional one-year extensions. The justification for this procurement cites the necessity of OEM services to maintain aircraft safety and compatibility, as the government lacks adequate data to seek alternative vendors. Telephonics is identified as the only approved repair facility, and failure to secure these services could jeopardize USCG mission readiness by risking aircraft operations. The acquisition will utilize Operations and Support funding from fiscal years 2024-2027. Market research was conducted to confirm Telephonics’ unique qualifications, ensuring price reasonableness and no viable alternatives exist for the required repairs. The procurement announcement will be published, allowing qualified offers before contract award, emphasizing an ongoing commitment to competitive processes where feasible. In summary, this document outlines essential measures to secure vital maintenance services for critical USCG aircraft systems, reinforcing operational integrity and safety protocols.
    The document titled "Attachment 5 - Wage Determination - 2015-4157 (NY)" provides wage determination summaries for workers involved in government projects under the Davis-Bacon Act. It stipulates the minimum wage rates, including fringe benefits, that contractors and subcontractors must pay to various classifications of laborers and mechanics on federal contracts in New York. Key sections enumerate wage rates for various job categories, ranging from general laborers to skilled trades such as electricians and plumbers. The document outlines regulatory compliance expectations, detailing how wage rates are adjusted based on geographical and economic factors specific to job classifications. This wage determination is essential for ensuring fair labor practices on government-funded projects, guaranteeing that workers are compensated in accordance with federal standards. It aims to foster transparency and protection for laborers, while also providing guidelines necessary for contractors to adhere to wage requirements. Such determinations are critical components of federal grants and Requests for Proposals (RFPs), influencing contract terms and financial planning for state and local governments involved in federally funded projects.
    The document "Attachment 6 - Wage Determination - 2015-4405 (NC)" outlines the wage rates and benefits applicable to federally funded projects in North Carolina. It serves as a critical resource for contractors and subcontractors involved in government contracts, ensuring compliance with the Davis-Bacon Act, which mandates prevailing wage rates for laborers and mechanics. The determination lists specific occupations along with the corresponding minimum hourly wages, fringe benefits, and geographic coverage, which is necessary for workers engaged in government-funded projects. This wage determination is updated periodically to reflect changes in the labor market and economic conditions, enabling equitable compensation for labor. By adhering to these wage standards, agencies and contractors uphold labor rights, promote fair competition, and enhance workforce quality in federally funded initiatives. The document underscores the government's commitment to protecting workers and ensuring fair labor practices in state and local projects supported by federal funding.
    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.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    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.
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    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.
    Purchase of Digital Crew Units (DCU)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers for the procurement of Digital Crew Units (DCU) as part of a Sources Sought Notice. The primary objective is to identify capable sources that can provide the DCU, identified by NSN 1680-01-HS3-3084 and P/N 1188200-115, which are critical components for aviation operations. This notice serves as a market research tool to assist the U.S. Coast Guard in determining the availability of suppliers and does not constitute a solicitation for proposals or quotes. Interested parties must submit their responses by December 8, 2025, at 12:00 PM EST, and can direct inquiries to Zachary R. Harris via email at Zachary.R.Harris2@uscg.mil, ensuring to include the reference number 70Z03826IH0000011 in the subject line.
    PURCHASE ANNUNCIATOR, MAST WA; LIGHTED PANELS; PUSH BUTTON, LIGHTED.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure spare parts for the HC-144 aircraft, including two Annunciator, Mast WA, three Lighted Panels, and three Push Buttons, Lighted. This procurement is intended to ensure the operational readiness and maintenance of the aircraft, which plays a critical role in maritime safety and security missions. The solicitation, numbered 70Z03825QL0000123, is set to close on July 25, 2025, with a sole source award anticipated to Airbus DS Military Aircraft, Inc., due to their proprietary technical data. Interested vendors must submit their capabilities and quotations to Debra Heath at debra.w.heath@uscg.mil by the specified deadline.