Control Unit, CH100 - Open, Inspect Report
ID: 2125405B4200RR005Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide inspection and repair services for 52 units of the Control Unit, CH100, under solicitation number 2125405B4200RR005. The primary objective is to open, inspect, and report on the condition of these units, which are critical for communication operations, and to determine if they can be repaired to meet operational standards. This procurement emphasizes the use of L3 Harris authorized technicians and parts due to the proprietary nature of the equipment, ensuring compliance with federal regulations and operational readiness. Interested vendors must submit their written quotes by May 1, 2025, at 12:00 PM ET, to the Contract Specialist, Megan Maday, at megan.l.maday@uscg.mil, and the Contracting Officer, Delton Brun, at Delton.L.Brun@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Coast Guard (USCG) requires the open inspection, reporting, and repair of L3 Harris Remote Control Units (Heads) to maintain operational readiness for its fleet. Specifically, the contract focuses on L3 Harris Remote Control Units with the NSN: 5895-01-633-0610, Model: XMCP9R, and requires that only L3 Harris authorized technicians and parts be used due to the proprietary nature of the equipment. The contract outlines a three-task process: inspecting units for defects, submitting a detailed repair report, and executing repairs upon approval. Each lot of units (ten at a time) must be delivered to the USCG's location in Baltimore, MD. The contractor must ensure qualified personnel are available throughout the contract period, which lasts for one year from award. Additionally, government acceptance of repair deliverables involves a review and possible rejection process to guarantee quality and compliance. The document emphasizes the importance of adherence to compliance standards and timely communication between the contractor and the contract officer's representative. Overall, this contract plays a critical role in sustaining communication capabilities for USCG operations.
    The document outlines a series of government requests for proposals (RFPs) and grants concerning various infrastructure and environmental initiatives. It encompasses federal and state/local projects focusing on enhancing community facilities, environmental assessments, and compliance with safety regulations. Key projects include upgrades to existing systems, addressing hazardous materials, and ensuring infrastructure aligns with health standards. The purpose is to drive improvements through funding allocations while emphasizing the importance of environmental safety and regulatory adherence. In essence, these RFPs represent a strategic effort by governments to solicit expert proposals that will aid in upgrading public facilities and addressing critical environmental issues. The emphasis on thorough assessments and compliance with safety standards indicates a proactive approach to community welfare and sustainable development. Overall, these initiatives are foundational for fostering safe, efficient, and resilient infrastructure in various jurisdictions.
    The document appears to be a complex compilation of government-related data, potentially involving requests for proposals (RFPs), federal grants, or state and local funding opportunities. It contains fragmented and unintelligible text, suggesting that it may contain sensitive information or is corrupted, making it difficult to extract explicit content or key topics. Despite the disjointed format, possible topics could include fiscal allocations, project outlines, guidelines for proposal submissions, or compliance requirements necessary for securing government contracts or funding. The text potentially intends to inform stakeholders about the procedures and expectations surrounding government RFPs or grant applications. Compiling key details or actionable items would require a thorough analysis of coherent sections, which appears hampered by the format's illegibility. Thus the ability to provide meaningful insights is limited, as the core message and structural clarity have not been maintained throughout the document. An analysis of the original intent remains inconclusive without clearer data.
    The MIL-STD-2073-1E outlines the Department of Defense's standard practices for military packaging, emphasizing protection against environmental degradation, damage during transport, and storage of military items. It delineates processes for preservation and packing distinct from commercial standards and is applicable to items requiring military packaging due to their specific operational demands, such as wartime deployment and depot-level repairs. The document details definitions and categorization of items, packaging requirements, methods of preservation, and packaging design validations. Key aspects include the specification of preservation methods, such as physical protection and waterproofing, and guidelines for hazardous materials and classified items. Emphasis is placed on using appropriate cushioning materials to prevent damage and ensure equipment integrity. The standard also introduces a decision-making chart to guide users in determining the proper packaging requirements based on item fragility and other characteristics. This standard serves as a critical reference for suppliers engaging in government contracts and grants related to military packaging, ensuring compliance and uniformity in safeguarding military materiel during its lifecycle.
    The document outlines the procedures for electronic submission of payment requests related to FSMS awards. A "payment request" is defined as a bill or invoice that must comply with specified regulations, including FAR 32.905(b) on invoice content. Contractors are required to submit payment requests electronically through the Invoice Processing Platform (IPP). The document provides details about IPP, including support contacts and enrollment information. It states that an alternative submission method may be permitted only with prior written authorization from the contracting officer, and this authorization must accompany the payment request. The instructions emphasize compliance with outlined procedures to streamline the payment process and ensure proper documentation. Overall, the document serves as a guideline for contractors regarding the submission of payment requests in compliance with federal regulations and contractual obligations.
    The document outlines the key provisions related to the prohibition on contracting for hardware, software, and services developed or provided by Kaspersky Lab and its affiliates. This prohibition stems from Section 1634 of the National Defense Authorization Act for FY 2018, preventing the use of any Kaspersky Lab covered articles by the Government. Contractors must avoid providing or using these articles in their work and are required to report any identified instances of such articles promptly to relevant authorities. Additionally, the document details specific clauses regarding the implementation of recent Executive Orders aimed at restoring equity in contracting processes, including the waiving of certain FAR requirements. It specifies which clauses should not be included in solicitations and which should be incorporated when applicable. The document emphasizes the significance of maintaining compliance and monitoring during federal contracting activities, particularly concerning items associated with certain entities perceived as risks due to national security implications and other regulatory changes.
    The U.S. Coast Guard (USCG) is seeking to award a task order for the inspection and repair of L3 Harris Control Head Units due to their critical role in communications for operations. The justification for this action hinges on FAR 16.505(a)(4), allowing for a brand name exception since L3 Harris is the sole provider capable of meeting the unique requirements of the technology involved. Authorized technicians must conduct the repairs using proprietary parts to ensure functionality essential for operations such as search and rescue and waterway enforcement. The task order is expected to be a Firm-Fixed Price contract with deliberate competition ensured through multiple authorized technicians under the DHS tactical sourcing vehicle, TacCom II. The acting Contracting Officer has indicated that the anticipated costs are fair and reasonable, backed by competitive pricing strategies. The document emphasizes maintaining competition for future acquisitions while adhering to proprietary regulations. This initiative illustrates the agency's focus on operational readiness and compliance with federal contracting policies.
    The document outlines provisions and clauses related to solicitation 2125405B4200RR005 as part of federal procurement. It emphasizes incorporating various Federal Acquisition Regulation (FAR) provisions by reference, requiring offerors to provide a range of representations and certifications. Key provisions include representations regarding ownership, control, telecommunications equipment, and certifications on tax liability, ensuring compliance with federal requirements. Particular focus is given to prohibitions against using covered telecommunications services and equipment, specifically mentioning entities associated with national security risks. Offerors must confirm whether they use such equipment and provide necessary disclosures for compliance. The document specifies clauses that must be included or excluded based on updates to procurement policies and outlines reporting requirements for contractors regarding any identified compliance issues. It underscores the federal commitment to maintaining security and compliance in procurement processes while offering a structured framework for contractors to follow in their proposals. This solicitation aligns with government objectives to enhance oversight and accountability in contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    open inspect and report POWER SUPPLY (AC/DC)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for a Power Supply (AC/DC) used on 270' Class Cutters. The procurement involves opening, inspecting, reporting, and overhauling two units of the specified power supply, with strict adherence to proprietary specifications and packaging requirements. This equipment is critical for the operational readiness of the Coast Guard's fleet, ensuring reliable power supply for various systems. Interested vendors must submit their quotes by November 24, 2025, at 9 AM Eastern Daylight Savings Time, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    TRANSMITTER, PROPELLER ORDER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of a Transmitter, Propeller (Part Number RA13T), which is critical for the operation of the WMEC 210 Class Cutters. The procurement involves opening, inspecting, reporting, and potentially repairing the transmitter, with a firm fixed price for the repair not to exceed $5,700, and requires adherence to OEM specifications using genuine DYNALEC parts. This equipment is vital for maintaining the operational integrity of the Coast Guard's Medium Endurance Product Line, and the selected contractor must ensure compliance with stringent packaging, marking, and delivery requirements. Interested vendors must submit their quotes by December 22, 2025, and direct any inquiries to Nina Crosby at nina.m.crosby@uscg.mil.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Homeland Security, Department Of
    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.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    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.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.