Procurement of Various Gearboxes
ID: 70Z03825RJ0000006Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, 70Z03825RJ0000006, is a Request for Proposal (RFP) for the procurement of various new gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes. The solicitation includes a base period and four option periods, with estimated quantities for each type of gearbox increasing in subsequent periods. Vendors are instructed to provide pricing for all periods, filling in only the yellow-highlighted boxes in the provided Schedule of Supplies. The document explicitly states that all other numbers will auto-calculate. Vendors are also advised to clearly state any additional charges, fees, or prompt payment discounts in their quotations. Contact information for questions regarding the worksheet is provided as Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil. Each gearbox item is identified with an NSN (National Stock Number) and a P/N (Part Number).
    This government solicitation (70Z038-26-Q-JXXXXXXX, later referenced as 70Z03825RJ0000006) is for the procurement of various new gearboxes, including Main Gearbox, Gearbox Assy, Input Module, Gearbox, Intermediate, Gearbox, Tail Rotor, and Accessory Drive Gearbox. The Request for Proposal (RFP) outlines a base period and four option periods, with an estimated grand total contract value of $153,086,525.35 if all options are exercised. The schedule of supplies details estimated quantities for each gearbox type across all periods. Vendors are instructed to provide pricing for each period by filling in designated fields in the provided worksheet. The document emphasizes that vendors should clearly state any additional charges, fees, or prompt payment discounts in their quotations. Contact information for questions regarding the worksheet is provided as Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil. The solicitation also includes specific National Stock Numbers (NSN) and Part Numbers (P/N) for each gearbox type.
    The document, Attachment 2 – Terms and Conditions for RFP 70Z03825RJ0000006, outlines the mandatory clauses, provisions, and instructions for offerors in a federal government solicitation. It emphasizes the applicability of Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, superseding other terms. Key aspects include specific representations and certifications, particularly regarding telecommunications equipment and small business status. Proposals must be submitted via a specified Excel spreadsheet and will be evaluated on technical acceptability, past performance, and price, with a sole-source award anticipated for Sikorsky Aircraft Corporation. The document also details quality assurance, packaging, shipping, inspection, acceptance, and invoicing instructions, alongside full text FAR clauses covering whistleblower rights, safeguarding contractor information systems, and various certifications (e.g., Buy American, responsibility matters, child labor, taxpayer identification, inverted domestic corporations, Iran-related activities, and telecommunications equipment).
    The document "Attachment 3 - Redacted J and A - Solicitation 70Z03825RJ0000006" appears to be an attachment related to a government solicitation. Given the title, it likely contains a redacted Justification and Approval (J&A) document, which is typically used in government procurement to justify a non-competitive contract action or a limited source procurement. The consistent repetition of the title suggests that the document itself is either very brief, contains only this identifying information, or that the file provided is a placeholder or an empty document. Without further content, the primary purpose of this document is to serve as an attachment to Solicitation 70Z03825RJ0000006, likely providing the rationale for a specific procurement decision.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    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.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft from Sikorsky Aircraft Corporation. This procurement is critical as Sikorsky is the Original Equipment Manufacturer (OEM) and the only approved source for these components, which are essential for maintaining the operational capabilities of the USCG's aviation fleet. The contract will be a sole-source, firm-fixed-price indefinite delivery requirements type, with an estimated total value of $6,794,596 over one base year and two option years, funded by Operations and Support funds from FY2025-2028. Interested vendors must submit their quotes by February 1, 2026, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and regulations.
    Procurement of Various Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of various spare parts necessary for the maintenance, repair, and overhaul of the MH-65 aircraft. This procurement will be conducted on a sole-source basis from Airbus Helicopters, Inc., the only authorized distributor for the original equipment manufacturer, Airbus Helicopters, France, due to the proprietary nature of the parts and the critical need for maintaining aircraft safety and airworthiness. The contract is structured as an Indefinite Delivery Requirements type, with an estimated total value of $33,975,488, covering a one-year base period and four one-year option periods, funded by Fiscal Year Operations and Support funds from 2026 to 2030. Proposals must be submitted via email to Elaina M. Price by January 15, 2026, at 3:15 PM EST, with the solicitation number 70Z03826RB0000005 indicated in the subject line.
    Mount Assy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure ten Mount Assemblies (Part Number 70203-22100-042, NSN 1560-01-HS2-1302) for MH-60T aircraft through a sole source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). These assemblies are critical for routine maintenance due to issues such as failures, corrosion, and damage, and are the only components approved by the USCG's Aircraft Configuration Control Board, necessitating direct procurement from the manufacturer. Interested parties may submit quotations to the primary contact, Cindy Harmes, at Cindy.K.Harmes@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil, with a response deadline extended to January 12, 2026, at 2:00 PM EST. The procurement is unrestricted, and the delivery is requested within 174 days after receipt of order.
    MH-65 SERVO,TAIL ROTOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a "SERVO, TAIL ROTOR" for the MH-65 helicopter, identified by part number SC7283 and NSN 1650-14-514-5292. This procurement is critical for maintaining the operational readiness and safety of the Coast Guard's aviation fleet, as the parts must be sourced from the Original Equipment Manufacturer (OEM), Goodrich Actuation Systems SAS, ensuring full traceability and compliance with Federal Aviation Administration (FAA) guidelines. Interested vendors must submit their quotes by December 26, 2025, at 11:00 am EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil, with the expectation that only new, OEM parts will be accepted.
    Purchase of Aileron Booster Assemblies
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Aileron Booster Assemblies (Part Number 374455-7) as part of a combined synopsis/solicitation. This procurement is a total small business set-aside, emphasizing the need for all parts to be new and traceable to the Original Equipment Manufacturer, Lockheed Martin, ensuring compliance with strict quality assurance and documentation requirements. The items are critical components for aircraft operations, and the anticipated award date for the firm-fixed price purchase order is on or about January 6, 2025, with offers due by December 30, 2025, at 12:00 PM Eastern Time. Interested vendors should direct their quotations to Zachary R. Harris via email at Zachary.R.Harris2@uscg.mil or D05-SMB-LRS-Procurement@uscg.mil, referencing solicitation number 70Z03826QH0000015.
    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.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. The procurement requires Original Equipment Manufacturer (OEM) parts from DMS or its authorized distributors, ensuring compatibility and performance for cutter boat maintenance, with no substitutes allowed. This five-year requirements-type contract, effective from March 2, 2026, to March 1, 2031, includes Firm-Fixed Price Delivery Orders, with a minimum order value of $18.99 and a maximum of $8,468,353. Proposals are due by January 14, 2026, and interested parties should direct inquiries to William Zittle or Mark Cap via the provided contact details.