Repair Bus Interface Unit for the Support of the HC-27J Aircraft
ID: 70Z03825QW0000092Type: 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)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair Bus Interface Units for the HC-27J Aircraft. The procurement involves the repair of two Bus Interface Units, with the potential for additional repairs, and requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA 145 certification for contractors. These components are critical for the operational readiness of the Coast Guard's aircraft fleet, ensuring safety and effectiveness in their missions. Interested vendors must submit their capability information by August 08, 2025, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation 70Z03825QW0000092, focusing on federal procurement requirements for contractors, including representations and certifications related to telecommunications equipment, compliance with federal regulations, and evaluation criteria for bids. It emphasizes the prohibition of using covered telecommunications equipment as defined by the John S. McCain National Defense Authorization Act, aligning with the System for Award Management (SAM) mandates. Offerors must affirmatively state their adherence to these regulations and provide necessary disclosures related to telecommunications equipment used in government contracts. Submission guidelines detail that offers must be sent via email and remain valid for 60 days, with an emphasis on FOB Destination shipping preferences. The government will assess offers based on price and technical acceptability, particularly requiring proof of FAA certification for the provision of services. Additionally, it highlights compliance with the Buy American Act and investigates the offeror’s responsibility regarding tax liabilities and criminal convictions. This solicitation reflects the government’s commitment to compliance, transparency, and security in contracting processes, ensuring only eligible and compliant entities participate in federal procurement.
    The Statement of Work (SOW) outlines requirements for the repair and overhaul of components for the Coast Guard, emphasizing the need for qualified contractors that are either Original Equipment Manufacturers (OEM), OEM Authorized Repair Centers, or FAA Certified 145 Repair Centers. Key responsibilities include compliance with OEM specifications, inspection for corrosion, and provision of a Teardown and Inspection Report within specified timeframes. Contractors are required to maintain quality standards and ensure that all repaired components are airworthy with appropriate certifications. Strict packaging and preservation guidelines are included to protect components during transit, mandating clear labeling and traceability. The document details levels of repair, turnaround times, and mandates that components must be cleaned to eliminate hazardous materials before return. Additionally, tracking of component histories via the Coast Guard's Aviation Computerized Maintenance System (ACMS) is required. Overall, this SOW ensures that all maintenance work meets governmental standards for safety and effectiveness.
    The document outlines the Wage Determination No. 2015-4113 issued by the U.S. Department of Labor under the Service Contract Act. This wage determination specifies minimum wage requirements for federal contracts in Connecticut, necessitating contractors to comply with Executive Orders 14026 and 13658. For contracts effective on or after January 30, 2022, workers must earn at least $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 unless a higher rate is specified. The wage determination includes detailed occupational classifications and corresponding wage rates for various job titles, including administrative support, automotive service, food preparation, healthcare, and technical occupations. Additionally, fringe benefits such as health and welfare, sick leave provisions, vacation, and holiday pay are outlined. Compliance with the guidelines requires proper classification of unlisted occupations through a conformance process. The determination underscores the government's commitment to ensuring fair compensation and employee protections in federally funded contracts, facilitating a structured approach to wage standards and benefits for service employees.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Sources Sought for Potential Overhaul Vendors for HC-144 and HC-27J Wheels and Brakes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential vendors capable of providing overhaul services for HC-144 and HC-27J wheels and brakes. This sources sought notice aims to identify commercially available vendors with the necessary capabilities, including OEM authorization, to perform overhauls in compliance with OEM standards. The components involved are critical for the operational readiness of Coast Guard aircraft, and interested vendors must demonstrate their qualifications, including relevant certifications and past performance, by submitting their responses by December 12, 2025, at 4:00 p.m. EST. For inquiries, vendors may contact Steven Goodwin at steven.a.goodwin@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03826IL0000006.
    Repair of Ice Detector for the HC-27J Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    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.
    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.
    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.
    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.