Repair of CNIS Processor
ID: 70Z03825QH0000038Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    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 crucial for maintaining the operational integrity of aircraft components and accessories, as the processors are essential for air transportation support activities. Interested vendors must adhere to the outlined terms and conditions, including compliance with the Federal Acquisition Regulation and the Homeland Security Acquisition Regulation, and are encouraged to submit their proposals detailing pricing and shipment terms. For further inquiries, bidders can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil, with submissions due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions applicable to a federal solicitation, emphasizing compliance with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It details the requirements for offerors, including completing specific FAR provisions, pricing submission, and demonstrating technical and price acceptability for service contracts related to aircraft component repairs for the U.S. Coast Guard (USCG). Key evaluation criteria for bids include access to technical directives, airworthiness certification, and certification as a repair facility by relevant authorities. Offerors must also ensure subcontractors meet defined certification standards and maintain quality assurance. Compliance with representation certifications, including small business status, is essential, along with ensuring the use of non-restricted telecommunications equipment. The document establishes guidelines for shipping, packaging, inspection processes, and warranty requirements for delivered items, which must meet specific quality and traceability standards. Additionally, the terms address financial interactions, such as submission of electronic invoices and conditions for payment, and outline the requirements for safeguarding sensitive contractor information. Overall, the document is structured to ensure that competitive proposals meet stringent criteria for technical and financial integrity, supporting the government’s procurement objectives effectively within the context of federal and state contracting processes.
    The US Coast Guard (USCG) is issuing a request for quotation (RFQ) for the repair of two CNIS Processors (NSN: 6610-01-691-6033, Part Number: 186149-002). The RFQ includes an option to increase the quantity up to four units within one year of the initial award date, per FAR 52.217-6. The submission should detail any additional charges or discounts in the provided format, which requires the completion of specific fields indicated in yellow. The document also includes guidance on who to contact with questions regarding the RFQ. Finally, bidders are instructed to specify their terms of shipment, denoted as FOB (Origin/Destination). This process reflects typical procedures in federal RFPs, emphasizing transparency and clarity in procurement activities.
    Lifecycle
    Title
    Type
    Repair of CNIS Processor
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Modern Signal Processor
    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 a Modern Signal Processor through a Combined Synopsis/Solicitation. This procurement is a sole-source opportunity focused on acquiring a signal processor from Honeywell International Inc., which is critical for enhancing the operational capabilities of U.S. Coast Guard aircraft. Offerors must comply with Federal Acquisition Regulation (FAR) clauses, including representations regarding telecommunications and video surveillance services, and adhere to specific submission requirements related to technical acceptability and pricing. Interested parties can reach out to Adam Finnell at Adam.A.Finnell2@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further information.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking vendors to provide various items under a federal contract solicitation numbered 70Z03825QJ0000024. The procurement focuses on essential electronic and mechanical components, including logic units, antennas, G switches, and spacers, with a contract structure that includes a base year and four option years. These items are critical for maintaining operational effectiveness within the Coast Guard's aviation logistics operations. Interested vendors should direct inquiries to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil or call 206-863-2026, and are required to submit their pricing and lead time as part of their bids, ensuring transparency in the procurement process.
    Dehumidifying Carts Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of two inoperable Mobile Dehumidification Units (MDUs) located at Air Station Miami. The procurement involves essential repairs and modernizations to the control boxes of the units, which include components such as control panels, heaters, and circuit breakers, with the aim of restoring them to full operational capability. This initiative underscores the importance of maintaining essential equipment for aircraft maintenance operations, ensuring compliance with federal, state, and local regulations throughout the repair process. Interested contractors should submit firm-fixed price quotes that encompass all costs, including shipping and labor, and are encouraged to contact Jordan Ownley at samuel.j.ownley2@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil for further details.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking bids for the procurement of various aviation components essential for operational readiness. The request includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a required quantity of four units for each item and a delivery deadline set for February 10, 2026. These components are critical for maintaining and enhancing the functionality of aircraft, ensuring safety and efficiency in aviation operations. Interested vendors should direct inquiries to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and all quotes must clarify shipping costs, particularly if F.O.B. origin is indicated.
    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.
    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.
    Fairing, Nose
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotes for the procurement of four nose fairings, part number 70850-22130-104. The required delivery date for these components is December 1, 2025, emphasizing the importance of timely supply for aviation operations. This procurement is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring they are equipped with necessary structural components. Interested vendors should direct their inquiries to Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must adhere to the submission guidelines outlined in the Request for Quotation.
    MH-65 REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for components of the MH-65 helicopter, focusing on the Right-Hand Lower Fire Wall and Right-Hand Inner Fire Wall. The procurement involves testing and evaluating these components to determine their condition, with repairs required to meet original manufacturer specifications, particularly for items categorized as Beyond Economical Repair (BER). This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard aviation assets. Interested contractors should direct inquiries to Mary Elaina Price at elaina.m.price@uscg.mil or Terrie L. Pickard at Terrie.L.Pickard@uscg.mil, with the RFQ number 70Z03825QB0000049 outlining specific requirements and compliance expectations.
    Repair of Antenna Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair of antenna control units under the solicitation number 70Z03825QH0000043. The procurement involves the evaluation and repair of specific antenna control units, with a focus on ensuring compliance with airworthiness and OEM certifications, as well as providing necessary technical data and price quotations. This contract is crucial for maintaining the operational readiness of aviation equipment, which plays a vital role in the Coast Guard's mission. Interested contractors should direct inquiries to Shavon M. Smith at Shavon.M.Smith@uscg.mil or Camille Craft at Emma.C.Craft@uscg.mil, with proposals evaluated based on the lowest priced, technically acceptable criteria.
    Block and Crank Machining
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Firm Fixed Price Purchase Order for specialized services related to crankcase and crankshaft maintenance on designated engine components. The procurement aims to ensure the operational readiness of critical engine systems by requiring contractors to provide remanufactured components that meet Original Equipment Manufacturer (OEM) standards, including tasks such as machining cylinder bores and inspecting crankshafts. Interested vendors must possess MTU/Rolls Royce certification and are expected to submit their quotations by March 1, 2025, at 9:00 AM Eastern Time, with services anticipated to commence within 30 days post-award. For further inquiries, vendors can contact Shawn Loving at Shawn.M.Loving@uscg.mil or by phone at 206-820-4631.