MH-65 Spare Parts
ID: 70Z03825QB0000007Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, primarily pilot buckets, under solicitation number 70Z03825QB0000007. The procurement aims to acquire 54,786 units of these specialized aviation components, which are critical for the safety and operational reliability of MH-65 helicopters, with a delivery deadline set for February 28, 2025. This opportunity is anticipated to be awarded on a sole-source basis to BAE Systems Land & Armaments, L.P., as they are the only known source capable of providing the required OEM parts, ensuring compliance with stringent safety and certification standards. Interested parties must submit their quotations by April 13, 2025, at 11:00 am EDT, and can direct inquiries to Selmary Melendez Gonzalez via email at Selmary.MelendezGonzalez3@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the provisions, clauses, and terms and conditions applicable to a solicitation (70Z03825QB0000007) for commercial products and services under the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). Key points include instructions for offerors to complete specific representations and certifications relating to telecommunications services, evaluate technical acceptability based on OEM standards, and provide competitive pricing. Offers will be accepted from all responsible sources, but the award is anticipated to be made to BAE Systems Land & Armaments, L.P., based on the lowest-priced, technically acceptable offer. Furthermore, the document details compliance requirements regarding small business designations, forced labor certifications, and component origin. It emphasizes the need for quality assurance, packaging, shipping instructions, and necessary documentation for delivery and acceptance of goods. Contractors must maintain traceability and provide certificates for airworthiness and conformity, reflecting the stringent quality control measures expected in government contracts. Overall, the document serves as a formal instructional guide for offerors to ensure compliance with federal contracting regulations and standards while promoting fair business practices.
    The document is an amendment regarding a Request for Quote (RFQ) from the US Coast Guard's Aviation Logistics Center related to the procurement of pilot buckets (Item # 1680-01-HS1-6369, Part Number 108045-2). The RFQ specifies a quantity of 54,786 units with a requested delivery date of 2/28/2025. It includes terms about a potential increase in the quantity as per FAR 52.217-6. The document clarifies that delivery is requested on a Free on Board (F.O.B.) Destination basis, requiring that all offers are considered F.O.B. Destination unless otherwise specified with estimated shipping costs included. The offer also prompts the submitter to indicate their agreement to the option for increased quantity clause, along with shipping costs, if applicable. The point of contact for the RFQ is identified as Selmary Melendez Gonzalez. This amendment serves to streamline procurement processes and compliance with federal regulations while outlining specific requirements for the acquisition of these aviation components.
    This document outlines the provisions, clauses, and terms related to solicitation 70Z03825QB0000007, which pertains to the acquisition of commercial products and services under federal procurement guidelines. Notably, it emphasizes the importance of compliance with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). Key aspects include the obligation of offerors to provide various representations and certifications, including those related to telecommunications, environmental standards, and small business classifications. The solicitation indicates a sole-source anticipated award to BAE Systems Land & Armaments, L.P., though other capable entities may submit quotations for consideration. Evaluations will focus on technical acceptability and price, with awards made to the lowest priced, technically acceptable offeror. Specific requirements for submission include careful completion of highlighted documents and adherence to shipping and packaging instructions, especially concerning non-conforming products. Furthermore, it mandates strict quality assurance processes to ensure that products meet the U.S. Coast Guard's standards. Overall, the document serves to guide potential contractors through the critical compliance and procedural requirements necessary for successful bidding and contract execution within the framework of federal acquisitions.
    This document serves as a justification for a sole-source procurement for two Pilot/Co-Pilot Buckets required for MH-65 helicopters, with an option for additional units. The estimated cost is $173,575. It cites that BAE Systems Land and Armament is the only known source capable of supplying these specialized parts, as they are proprietary and integral to the helicopter's safety and operation. The government lacks the technical data to explore alternative suppliers, and the acquisition process must comply with stringent certification requirements to ensure safety and reliability. The justification includes an overview of the efforts to identify other potential suppliers, noting that alternative parts would require extensive testing for compatibility, which is deemed inefficient given time constraints. The government aims to foster competition for future acquisitions but faces challenges due to the proprietary nature of the required specifications held by the OEM. The document requires signatures from both the customer and the contracting officer, indicating acknowledgment and validity of this procurement approach. Overall, the justification adheres strictly to government procurement regulations while emphasizing the necessity of using OEM parts for operational reliability.
    The U.S. Coast Guard Aviation Logistics Center has issued a Request for Quote (RFQ) for a specific part—BUCKET, PILOT/CO (NSN 1680-01-HS1-6369). The RFQ details inventory needs, highlighting a request for two units, with an optional quantity of eight, required by February 28, 2025. The manufacturer associated with the part is identified by the CAGE code 54786, indicated for potential federal procurement. The document emphasizes the preference for F.O.B. (Free on Board) Destination delivery terms, while firms can offer F.O.B. Origin if shipping costs are estimated and provided. Importantly, the RFQ aligns with the FAR 52.217-6 clause regarding options for increased quantity. The Point of Contact for this RFQ is provided, alongside a note confirming that all quotes must comply with specified terms. The summarized document outlines essential procurement details and conditions that serve federal logistics operations, reinforcing adherence to guidelines in government requests for proposals and quotes.
    The document outlines the provisions, clauses, and terms and conditions related to solicitation 70Z03825QB0000007 under federal acquisition regulations, specifically tailored for commercial products and services. Key topics include the submission requirements for quotations, emphasizing the importance of compliance with representations and certifications, particularly around telecommunications and surveillance technologies. BAE Systems is explicitly mentioned as the anticipated sole source for awards, but all capable contractors may submit quotes for consideration. Technical acceptability focuses on delivering OEM products with traceability and certifications. The evaluation method prioritizes price and technical quality, ensuring the lowest-priced, technically acceptable offer is awarded. Additionally, the document specifies various mandatory representations regarding business classifications, such as small, woman-owned, and veteran-owned designations, alongside compliance with environmental and ethical standards, including a prohibition on certain telecommunications equipment. It also elaborates on the quality assurance expectations for contractors, detailing responsibilities around notifying the government of non-conforming products and the consequences of failing to provide traceability and necessary documentation post-delivery. Overall, the document serves as a comprehensive guide for understanding the federal contracting process for commercial products, emphasizing transparency and adherence to regulations throughout the bidding and delivery phases.
    Lifecycle
    Title
    Type
    MH-65 Spare Parts
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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) 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 Coast Guard's Aircraft Configuration Control Board, necessitating their unique production techniques. 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 deadline for submissions set for December 22, 2025, at 2:00 PM EST. The procurement is unrestricted, and the delivery is expected within 174 days after receipt of order.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to provide repair services for the MH-65 Hoist Control Panel, part number 80-25002-003-NVG. The objective is to identify contractors with the necessary facilities, equipment, and expertise to perform repairs in accordance with the Original Equipment Manufacturer's (OEM) Component Maintenance Manual from Breeze Eastern LLC. This control panel is critical for the operation of the hoist assembly used in search and rescue missions, and the repair services are essential to maintain operational readiness. Interested contractors must submit their capability statements and responses to specific questions by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    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.
    Procurement of Various Gearboxes
    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 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.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from industry regarding the procurement and sustainment of an Environmental Control System (ECS) for the MH-65 helicopter. The Coast Guard aims to identify suitable replacement systems that are lighter and offer greater cooling capacity than the current vapor cycle refrigeration system, which is critical for maintaining cabin comfort and protecting avionics. This RFI is part of the Coast Guard's efforts to enhance the operational capabilities of the MH-65, a helicopter used for search and rescue missions, and responses are due by December 19, 2025, at 12:00 PM EST. Interested vendors should submit their capability statements and are encouraged to contact Mary Elaina Price at elaina.m.price@uscg.mil for further inquiries.
    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.