Engineering Support Services
ID: 70Z03824RB0000007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The US Department of Homeland Security, US Coast Guard seeks bids for a five-year engineering support services contract, with a one-year base period and four one-year extensions. The primary goal is to obtain technical support, analysis, and assistance for aviation acquisition projects. This procurement aims to fill multiple aviation support roles in areas such as project management, engineering, and logistics, with a focus on flexibility and scalability. The contract, valued at up to $100 million, will be awarded to a responsible vendor enrolled in the 8(a) business development program. Offerors should provide solutions that adhere to the extensive technical requirements and federal regulations outlined in the request. Compliance with security protocols and past performance are critical evaluation factors. Proposals must be submitted by the extended deadline of August 20, 2024, to be considered.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS) seeks to procure sensitive information technology (IT) infrastructure and access to protected critical infrastructure information (PCII). The primary objective is to enhance security measures and ensure the reliable sharing and safeguarding of sensitive data. DHS requires stringent confidentiality and security protocols to be in place, emphasizing the protection of PCII, Sensitive Security Information (SSI), and other Sensitive but Unclassified (SBU) data. The successful vendor will implement procedures to handle and disseminate this sensitive information responsibly, adhering to various federal regulations and directives. This RFP outlines detailed requirements for managing and protecting the diverse categories of sensitive data, with strict procedures for accessing and disclosing information. The scope includes the development of derivative products while maintaining original security markings and restrictions. DHS seeks a proactive partner to report any security breaches and ensure the prompt return of sensitive materials upon project conclusion. The contract, valued at around $70,000, is expected to be firm-fixed-price, with the potential for extensions. Key dates include a submission deadline of May 2023, followed by a thorough evaluation process. Proposals will be assessed based on their ability to meet technical specifications, with particular emphasis on security clearances, information protection protocols, and relevant experience. DHS seeks a dependable and security-conscious IT partner to manage its sensitive infrastructure and information, with the procurement process set to conclude by the end of the fiscal year.
    The revised travel request form is designed for contractors' travel arrangements. It encompasses essential details such as traveler information, departure and return dates, trip purpose, and estimated costs. The form also outlines the itinerary, including remarks and expected expenses like lodging, meals, transportation, and registration fees. Critical to the process are approval sections for the contractor supervisor, HQ or COR, and the contracting officer, all of whom sign off on the planned travel. This form, along with the attached statement of work (SOW), provides a comprehensive framework for managing contractor travel, ensuring proper authorization and clarity regarding expected costs and purposes.
    For the position of Project Manager, the minimum qualifications include possession of a SECRET security clearance, a bachelor's degree in project management or a certification as a Project Management Professional, and ten years of relevant USCG or DOD project management experience. For the position of Designer, the minimum qualifications include ten years of practical experience in aircraft structures, a bachelor's degree in a technical discipline, and experience in CAD software such as SolidWorks. For the position of Aviation Equipment Specialist, the minimum qualifications include possession of a SECRET security clearance, ten years of USCG or DOD engineering experience in aircraft maintenance, and experience with the MH-65 helicopter. For the position of Rotary Wing Aircraft Maintenance Engineer, the minimum qualifications include five years of practical experience in assessing damage to aircraft structures, a bachelor's degree in a technical discipline or equivalent experience, and experience with MH-65 or similar aircraft. For the position of Junior Maintenance Engineer, proficiency in Microsoft Office suite programs and the ability to prioritize and organize work in a multitasked environment are required. For the position of Equipment Specialist, the minimum qualifications include three years of experience in aviation-related engineering and Equipment Specialist functions. For the position of Embedded Global Positioning System/Inertial Navigation System (EGI) Alignment Technician, the minimum qualifications include experience in the installation, alignment, testing, and certification of EGI systems on aircraft and a minimum of five years' experience.
    This document provides a schedule of supplies/services and contract line item numbers for a solicitation period from 11/01/2025 to 10/31/2026, with a total estimated amount base period of $-. The document also includes a summary table of various positions, quantities, unit prices, and estimated amounts. Additionally, there is a solicitation mentioned for a period of performance from 11/01/2026 to 10/31/2027.
    The procurement objective of this RFP is to secure personnel and associated services for various aviation support roles. The focus is on providing skilled professionals in areas such as project management, engineering (avionics, electrical, and mechanical), logistics, and maintenance analysis. The requirement spans multiple roles, with different CLINs specifying the position, duration, and type of service (O&S or PC&I). The scope entails long-term placement of these professionals for periods ranging from 12 to 24 months, supporting aircraft maintenance, engineering, and logistics functions. The RFP also includes provisions for travel and contractor-furnished equipment, with specific CLINs allocated for these purposes. The work scope is detailed in the SOW, outlining tasks for each position. The contract is valued at an estimated $X million for the base period, with four additional option periods extending the contract until October 2029. Key dates include the submission deadline and the expected contract start date. Evaluation criteria center around the technical capabilities and qualifications of the applicants for these specialized roles.
    The US Coast Guard aims to procure engineering support services for its Aviation Logistics Center, encompassing various maintenance and supply tasks. The focus is on providing skilled personnel for specific roles. For the Short Range Recovery (SRR) division, this includes positions like Project Manager, Avionics Engineers, Designers, and Acquisition Logistics Specialists. These roles involve research, analysis, and technical support for SRR aircraft modification and sustainment. The LRS, MRS, and MRR divisions also require engineering and logistics experts. These positions demand specialized experience and qualifications, often related to USCG or DOD projects. The procurement seeks candidates with relevant education and expertise to fill these critical roles, ensuring the effective upkeep and advancement of the Coast Guard's aviation operations. The contract is designed to be scalable, allowing the government to add tasks as needed, while emphasizing the importance of security clearances and contractor supervision. The solicitation outlines detailed position requirements and evaluation criteria, primarily focused on the expertise and qualifications of the candidates.
    The document is a Statement of Work (SOW) for Engineering Support Services for the United States Coast Guard (USCG) Aviation Logistics Center (ALC) in Elizabeth City, NC. The support includes research, analysis, and maintenance for various USCG aircraft, as well as engineering services, technical expertise, and logistics support. The SOW outlines the required positions, qualifications, and responsibilities for the contract.
    This document contains contract provisions and terms and conditions related to engineering support services. It includes clauses and regulations regarding invoicing, contract administration, period of performance, employee whistleblower rights, approval of contract, safeguarding information systems, prohibition on contracting for certain telecommunications and video surveillance services or equipment, subcontracting limitations, option to extend services or the term of the contract, continuity of services, and more.
    This document is a collection of contract provisions and terms and conditions for an engineering support services contract. The provisions cover a range of topics including shipping, invoicing, contract administration, period of performance, employee whistleblower rights, safeguarding of information systems, prohibition on contracting with specific entities, and subcontracting limitations. The document also includes clauses related to ordering, option to extend services, continuity of services, availability of funds, and authorized deviations in clauses.
    The primary objective of this procurement is to acquire engineering support services for the US Coast Guard. The contract is envisioned as a requirements contract, meaning orders will be placed as needed within a one-year base period, potentially extended by four one-year options. The engineering services required include technical support, analysis, and assistance in various stages of acquisition projects. Among the technical specifications, the contractor must adhere to numerous federal regulations and clauses outlined in the request, encompassing whistleblower rights, safeguarding of information systems, and prohibitions on using specific telecommunications services or equipment. The contract will be subject to the approval of the Contracting Officer. The scope of work for the contractor includes tasks like providing engineering analysis, assisting in development and integration, conducting tests and evaluations, and supporting configuration management. They will also be responsible for delivering technical documentation and ensuring compliance with applicable regulations. The contract is expected to be a firm-fixed-price arrangement, with an estimated value mentioned as potentially reaching $100,000,000 over the five-year period if all options are exercised. Vendors interested in submitting offers will have until a specified deadline to do so, with evaluations based on a range of criteria outlined in the request. Key dates include the submission deadline and the potential one-year extensions, with the entire project timeline not exceeding five years.
    The document is a confirmation of resume submission for a specific job position. It includes a table with empty fields for the candidate's name, position, and whether permission was given for resume submission. The document also mentions that the offeror has authorization to use the candidate's resumes for a proposal submission.
    According to the provided government file, the focus is on collecting information about an offeror's past performance on a contract. The file seeks to gather details about the customer's experience, including their business name and point of contact information. It requests specifics about the contract, such as the number, value, duration, and key dates. The offeror is prompted to describe the work performed, emphasizing services rendered, delivery schedules, and any quality issues encountered, requiring a narrative on how these were addressed. This information is crucial for the past performance evaluation of the offeror, which appears to be a key component of a larger procurement process.
    The government agency seeks a contractor to provide telecommunications and video surveillance services or equipment. The emphasis is on compliance with specific FAR provisions and submitting a detailed price proposal, along with evidence of necessary insurance coverage. The agency requires a clear summary of how the offeror plans to fulfill the SOW's requirements, supported by past performance references. This is a significant procurement, as indicated by the extensive checklist, and non-compliance may lead to the removal of proposals from consideration. Offerors must pay close attention to the specified deadlines and requirements to ensure their proposals are successfully evaluated.
    The document is a questionnaire inquiring about the past performance of an offeror. It asks for information about the offeror's customer, contract details such as contract number, duration, and value, and also requests information about the work performed and any quality issues encountered.
    The offeror checklist attachment 6 requires the inclusion of the provision at FAR 52.204-24 regarding telecommunications and video surveillance services or equipment, as well as the provision at FAR 52.209-7 regarding responsibility matters in the proposal. Failure to include these items may result in the proposal being disqualified.
    The offeror did not provide resumes for each labor category. The resumes for the Project Manager and Designer do not clearly demonstrate that they have the minimum qualifications required, such as possessing a SECRET security clearance and specific years of experience in project management and aircraft structures. The offeror for the Apprentice Mechanical and Structural Analyst position did not provide a resume. The Avionics/Electrical Systems Technical Publications Analyst does not have the minimum required years of experience in avionics and electrical systems. The EGI Alignment Technician does not have the minimum required years of experience in EGI system installation and alignment.
    The government seeks to procure flexible arrangements for Contractor Furnished Equipment (CFE) and travel services, emphasizing normalized billing for CFE and a dynamic approach to travel requirements. The solicitation outlines specific work locations and roles, including systems engineering and mechanical analysis positions, with corresponding qualifications. However, the government clarifies that the exact travel destinations and some job requirements are yet to be confirmed. This procurement will be evaluated based on factors such as technical acceptability and price, with the government committing to providing additional funding for travel when necessary. Offerors should refer to the solicitation's terms and conditions, statement of work, and evaluation criteria for a comprehensive understanding of the requirements. Key dates and contract details are to be determined, but the government emphasizes its intention to award a contract that gives it the flexibility to acquire the required goods and services effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Procurement of Enhanced Digital Electronic Control Units
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Enhanced Digital Electronic Control Units (EDECUs) through solicitation number 70Z03824QJ0000353. This procurement aims to secure critical components for engine health monitoring and performance management for T700 engines used in MH-60T aircraft, with a focus on ensuring compliance with specifications from the Original Equipment Manufacturer (OEM), Triumph Engine Control Systems LLC. The contract is anticipated to be awarded on a sole-source basis, with a total duration of up to five years, including one base year and four optional years, and proposals must be submitted by November 12, 2024, at 2 PM Eastern Time. Interested vendors should direct their quotations to Tammi Bryant at tammi.m.bryant2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring adherence to the outlined requirements and documentation standards.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract with Kearfott Corporation, the Original Equipment Manufacturer (OEM), to provide necessary maintenance and evaluation services for components used in MH-60T aircraft, ensuring they meet stringent airworthiness and safety standards. This contract is critical for maintaining operational readiness and safety in Coast Guard missions, with a total duration of up to five years, including one base year and four optional years. Interested parties must submit their quotations by November 18, 2024, at 2:00 PM EDT, and can direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    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 involves a sole-source contract with Sikorsky Aircraft Corporation, focusing on restoring components to serviceable condition in accordance with OEM specifications, while adhering to rigorous quality management standards and documentation requirements. This contract is critical for maintaining operational efficiency and safety for the U.S. Coast Guard's aviation capabilities. Interested contractors must submit their quotations by December 20, 2024, at 2:00 PM EST, with the anticipated award date set for January 10, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Repair of Tail Rotor Drive Shafts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to military and occupational safety standards, and ensuring compliance with FAA regulations. The contract, valued at approximately $3,877,611 over five years, will consist of a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure various aviation logistics components through a sole-source contract with Sikorsky Aircraft Corporation. The procurement involves specialized items necessary for the maintenance of the MH-60T helicopter, including spacers, straps, and levers, which are critical for operational readiness and adhere to unique production standards. This acquisition is justified under 41 U.S.C. 1901(c) and FAR 13.106-1(b) due to the proprietary nature of the items, with a delivery timeline of 90 days after order receipt, and early shipments encouraged. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 20, 2024, at 2:00 PM EDT.
    Overhaul of Gearboxes
    Active
    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 gearboxes for the MH-60T aircraft. The procurement involves inspecting, repairing, and restoring various gearbox components to ensure they meet Original Equipment Manufacturer (OEM) specifications and are returned to a Ready for Issue (RFI) condition. This contract is critical for maintaining the operational readiness and safety of the Coast Guard's aviation capabilities, emphasizing adherence to strict quality standards and regulatory compliance. Interested contractors must submit their quotations by December 18, 2024, with an anticipated award date around February 24, 2025; for further inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    MTU/RRSA WMSL Main Propulsion Diesel Engines Parts Purchase
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the procurement of parts for MTU/Rolls Royce Solutions America (RRSA) Main Propulsion Diesel Engines (MPDE) under Solicitation No. 70Z08524RAD031B00. This procurement is a sole source requirement for Original Equipment Manufacturer (OEM) parts necessary for the maintenance of the Coast Guard's 418-foot WMSL cutter fleet, ensuring operational efficiency and reliability. The contract will span five years, beginning December 3, 2024, with proposals due by 1 PM EST on October 24, 2024, and interested vendors should direct inquiries to Mark Cap or Kiya Plummer-Dantzler via the provided email addresses.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.