Repair Antenna Pedestal
ID: 70Z03825QJ0000117Type: 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 AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 4, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 7:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to repair antenna pedestals used in MH-60T aircraft. The procurement involves the evaluation and repair of 15 antenna pedestals, which have suffered corrosion due to saltwater exposure, with the requirement that all repairs comply with OEM specifications and FAA standards. This contract is critical for maintaining the operational effectiveness and safety of USCG aviation logistics, ensuring that the repaired components meet stringent quality management system standards. Interested parties must submit their quotations by February 18, 2025, at 2:00 PM EST, with anticipated award notifications occurring around February 26, 2025. For further inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

Point(s) of Contact
MRR Procurement Mailbox
mrr-procurement@uscg.mil
Files
Title
Posted
Feb 4, 2025, 5:05 PM UTC
This document outlines a request for quotations (RFQ) for services related to the assessment and repair of antenna pedestals, specifically identified by National Stock Number (NSN) 5985-01-439-7154 and Part Number MI-585467. Three primary line items are specified: 1) "Test and Evaluation/No Fault Found," 2) "Repair," and 3) "Beyond Economic Repair/Scrap." The quantities for the first and third items are to be determined (TBD), whereas 15 units are required for repair with a unit price listed as $0.00. The document includes instructions for completing the quotation schedule, emphasizing that additional charges or fees should be clearly stated, alongside lead times and freight on board (FOB) information. It notes that if a unit is classified as "Beyond Economic Repair," only the fee for testing and evaluation will be applicable, dismissing cumulative charges. This RFQ seeks to ensure that contractors provide accurate and comprehensive pricing while adhering to federal procurement protocols, demonstrating the government's structured approach to managing its assets and repair services efficiently.
Feb 4, 2025, 5:05 PM UTC
The Statement of Work (SOW) for the United States Coast Guard (USCG) outlines the requirements for the repair of 15 antenna pedestals used in MH-60T aircraft due to their operation in saltwater, which leads to corrosion. The contractor must evaluate components upon receipt, report any beyond economical repair (BER) findings, and ensure repairs restore airworthiness according to OEM specifications. Corrosion treatment and parts replacement must comply with FAA standards, and the contractor is responsible for all necessary materials, labor, and compliance with quality management system standards like ISO 9001-2000. Documentation requirements include submissions for failure data reports and quality certifications that must accompany repaired components. Tracking of serial numbers and maintenance history through the USCG's Asset Computerized Maintenance System (ACMS) is emphasized. The contractor must deliver repairs within specified timelines (15 days for test and evaluation, 30 days for repairs) and is subject to inspections that may affect invoice processing. Overall, the SOW outlines detailed procedures and compliance requirements to maintain operational effectiveness and safety of USCG aviation logistics.
The document outlines the terms and conditions for a federal solicitation (70Z03825QJ0000117) aimed at awarding a contract for commercial products and services. It specifies that the contract will be awarded on a sole-source basis to Honeywell International, with the evaluation based on fair pricing and technical acceptability. Offerors must provide detailed quotations, including repair turnaround times, OEM authorization for specific parts, technical manual access, and compliance requirements. Evaluation criteria include lowest priced, technically acceptable offers, and the necessity for documentation such as Certificates of Conformance. Additional provisions cover representations and certifications related to small businesses, ethical compliance, and regulations regarding telecommunications equipment. The document emphasizes quality control, packaging, and shipping instructions to ensure compliance with USCG standards. It addresses the safeguarding of contractor information systems and whistleblower rights, reflecting stringent federal contracting regulations. Overall, it serves to ensure government procurement aligns with legal and ethical standards while obtaining necessary products and services efficiently.
The document titled "Attachment 5 - Wage Determinations - 70Z03825QJ0000117" provides wage determinations relevant to federal contracts and grants. Its core purpose is to outline the prevailing wage rates for various labor classifications under the U.S. Department of Labor, ensuring compliance with federal labor laws in federal RFPs, grants, and state/local projects. The document details specific job titles, corresponding wage rates, and required benefits, which can include health insurance, retirement contributions, and paid leave. This information is crucial for contractors and employers as it sets the minimum pay rates for workers employed on federally funded contracts, thereby safeguarding workers' rights and promoting fair labor practices. Additionally, it emphasizes the importance of adhering to local and federal wage regulations to avoid penalties or contract sanctions. Overall, this wage determination serves as a critical reference point for ensuring fair compensation, supporting equitable labor standards in government contracting processes.
Lifecycle
Title
Type
Repair Antenna Pedestal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Logic Unit and Antenna Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
Repair Beam Axle Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for Beam Axle Assemblies as part of a combined synopsis/solicitation. The procurement involves the testing, evaluation, and repair of components for the MH-60T aircraft, ensuring compliance with original equipment manufacturer (OEM) specifications and airworthiness standards. This opportunity is critical for maintaining operational readiness and safety within the Coast Guard's aviation operations. Interested contractors must submit their quotations by April 28, 2025, with the anticipated award date around April 30, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Repair of High-Speed Shaft Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement aims to ensure that these critical aviation components are inspected, repaired, and certified in accordance with Original Equipment Manufacturer (OEM) specifications and FAA standards, thereby maintaining operational readiness for U.S. Coast Guard missions. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding five years, including one base year and four option years. Interested contractors must submit their quotations by May 22, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
MH-65 SPARE PARTS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement and repair of MH-65 spare parts, particularly focusing on regulating valves (NSN 4820-14-448-7666). The contract will involve the repair of up to 15 units, including testing and evaluation of items deemed Beyond Economical Repair (BER), with a firm-fixed price arrangement anticipated. This procurement is crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring that all components meet stringent quality and safety standards. Interested vendors must submit their quotes by April 28, 2025, at 10:00 AM EDT, and direct inquiries to Raymond V. Marler at raymond.v.marler@uscg.mil, referencing solicitation number 70Z03825QB0000072.
Overhaul of Belly Radome
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the overhaul of three Belly Radomes, identified by part number 092-00679-001 and National Stock Number 5841-01-HS2-0463. This procurement is a sole-source acquisition from Meggitt Baltimore, Inc., and aims to ensure the operational readiness and reliability of critical radar equipment used in Coast Guard aviation operations. Interested contractors must submit their offers by April 28, 2025, with an anticipated award date of April 30, 2025. For inquiries, potential bidders can contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement team at D05-SMB-LRS-Procurement@uscg.mil.
Repair of Interface Unit, Data
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of Interface Unit, Data, under solicitation number 70Z03825QH0000055. The procurement involves a requirement for three units, with an option to increase the quantity by an additional three units within a year, emphasizing the need for technical expertise and compliance with federal standards. This initiative is crucial for maintaining the operational readiness of essential equipment used by the USCG. Interested vendors must submit their quotations by May 6, 2025, at 12:00 PM Eastern Standard Time, with anticipated award notifications expected around May 9, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.