Repair of POWER SUPPLY
ID: 70Z03825QH0000034Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    D05-SMB-LRS-Procurement@uscg.mil
    D05-SMB-LRS-Procurement@uscg.mil
    Files
    Title
    Posted
    The document titled "Attachment 1 - Statement of Work - 70Z03825QH0000034" outlines the requirements and scope for a federal procurement process. It details the project's purpose, objectives, and deliverables necessary for responding to the Request for Proposal (RFP). The document likely specifies the qualifications needed for bidders, timelines, and performance metrics to ensure project success. It addresses the framework for evaluation criteria and compliance standards, aligning with federal and state guidelines. The emphasis is on achieving key operational goals while ensuring accountability in the execution of the tasks outlined. This statement serves as a foundational piece for contractors looking to secure funding through federal grants and RFPs, detailing expectations and the strategic approach to meet governmental standards.
    The document outlines the terms and conditions relevant to a federal solicitation (70Z03825QH0000034) for commercial products and services as governed by the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It establishes procedures for offerors to submit their bids, detailing requirements such as technical acceptability, pricing, and necessary certifications. Key evaluation criteria include price competitiveness and technical capability, with a focus on compliance with specified airworthiness certifications and possession of necessary technical documentation. Contractors must exhibit proper certifications from the FAA, OEM, or DoD to qualify for repair services and must ensure that any subcontractors share similar compliance standards. The document stresses the importance of quality assurance, requiring contractors to notify the USCG of any non-conformities and to maintain documentation for traceability in cases of delivery failures. Payment terms, shipping instructions, and packaging requirements are also specified, emphasizing stringent adherence to regulatory standards. Overall, this solicitation aims to establish a clear framework for procurement, ensuring that the government receives high-quality, compliant products essential for aviation operations.
    The document outlines a request for quotations (RFQ) from the United States Coast Guard (USCG) for the repair of a specified power supply unit, referenced by National Stock Number (NSN) 6130-01-290-7512 and part number 8-ES-003-417-00. The USCG seeks to procure four units, with an option to increase the order by an additional four units within one year of the initial award date, following the provisions in FAR 52.217-6. The document indicates that the lead time and terms regarding FOB (Freight on Board) will be filled by the responding vendors. Companies submitting proposals should outline any additional charges or discounts in their quotations and are directed to contact two specified email addresses for clarification. The RFQ process is part of the broader context of federal procurements aimed at ensuring efficient and compliant acquisitions for government operations.
    Lifecycle
    Title
    Type
    Repair of POWER SUPPLY
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    6130 - FMS Repair of POWER SUPPLY (4 units)
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair four units of POWER SUPPLY for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore the specified items to operational condition, specifically targeting the POWER SUPPLY P/N: 13225563-01 NSN: 7R6130014591448 used in the E-2 aircraft. The government intends to solicit only one source, General Dynamics, under the authority of FAR 6.302-1, due to the lack of available data for repairs or manufacturing. Interested parties must submit capability statements within five days of the notice publication, and contact Liem Phan at 215-697-5722 or via email at liem.m.phan.civ@us.navy.mil for further information.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 11 units of a flight-critical power supply, identified by NSN 7R-6120-015287505-YW and reference number 97E0380-1. This procurement requires Government source approval prior to contract award, as the item is deemed critical and the technical data available does not support full and open competition; only previously approved sources will be considered. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to provide the necessary data will result in disqualification from the award process. For further inquiries, interested parties can contact Christophe J. Ammerman at (215) 697-5047 or via email at CHRISTOPHER.AMMERMAN@NAVY.MIL.
    61--POWER SUPPLY ASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 142 units of a power supply assembly, identified by NSN 7H-6130-015553364. The procurement is based on a sole-source justification, as the government does not possess the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. This power supply assembly is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, potential vendors can contact Julie Smith at (717) 605-5805 or via email at JULIE.SMITH2@NAVY.MIL.
    Actuator ELE-MECH
    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 23 units of an electromechanical actuator (Part Number: 549AS446), identified by National Stock Number (NSN) 3010-01-315-6915. This procurement is critical for maintaining the operational capabilities of the Coast Guard's aviation components, ensuring that necessary parts are available for their fleet. The required delivery date for these units is October 10, 2025, and all quotes will be considered F.O.B. destination unless otherwise noted. Interested vendors can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details.
    61--COMMON POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of a common power supply, identified by NSN 7R-6130-015855285-P8 and reference number 1072379P-2. This procurement is critical for maintaining operational readiness and ensuring the reliability of electrical converters used in various defense applications. The government intends to solicit and negotiate with only one source under FAR 6.302-1, with a deadline for interested parties to submit proposals or capability statements within 45 days of the notice publication. For further inquiries, interested vendors can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL.
    Open, Inspect and Report for COUPLER ANTENNA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to perform the overhaul of a coupler antenna, identified by stock number 5985-01-678-7919 and part number 798011-001-004. Contractors are required to deliver complete items, report any discrepancies, and provide a warranty for up to two years against defects post-delivery, with government acceptance occurring at the destination. This procurement is crucial for maintaining operational readiness and compliance with federal standards, with an estimated budget cap of $10,000 for the overhaul process. Interested parties should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details and to ensure compliance with the necessary representations and certifications outlined in the procurement documents.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to procure a specific power supply, NSN 0R-6130-017063775-E8, with a quantity of five units. This procurement is critical as the government does not possess the necessary data to perform repairs or manufacture the item, which is categorized under electrical converters and is subject to the Buy American Act. Interested parties must submit their capability statements within 15 days of this presolicitation notice, and the primary contact for inquiries is Vlad Maksimchuk at vladimir.maksimchuk@navy.mil. Source approval is required, and the government will not delay the award while awaiting approval for new sources.
    Repair of Bus Interface Unit for the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractors for the repair of the Bus Interface Unit for the HC-27J Aircraft. The procurement requires contractors to possess OEM authorization or FAA certification and to adhere strictly to OEM specifications, including thorough inspections and detailed documentation of repairs. This opportunity is crucial for maintaining the airworthiness and operational readiness of Coast Guard aircraft, ensuring compliance with federal safety standards. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details, and proposals must be submitted electronically, adhering to the specified regulations and deadlines.
    Repair of APU and Components HC-27J
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors for the repair of Auxiliary Power Units (APUs) and related components for its HC-27J aircraft. The USCG operates ten HC-27J Maritime Patrol Aircraft, which require specialized repair services due to their operation in corrosive environments and the need for compliance with Original Equipment Manufacturer (OEM) specifications. Interested vendors are invited to submit their qualifications, including company details, product information, and responses to specific questions regarding their business status and capabilities, by February 24, 2025, at 4:00 PM EST. Responses should be directed to Jennifer C. Eure via email, and it is important to note that this is a sources sought notice and not a solicitation for proposals.
    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.