Manufacture MH-60T Search and Rescue (SAR) Cabinet
ID: 70Z03825QJ0000238Type: 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

MARINE LIFESAVING AND DIVING EQUIPMENT (4220)

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 small businesses to manufacture an MH-60T Search and Rescue (SAR) Cabinet under a combined synopsis/solicitation. The procurement involves the production of one unit, with the potential for two additional units within a year, all subject to first article testing and compliance with specified quality standards. This cabinet is critical for aviation operations, ensuring the Coast Guard's readiness in search and rescue missions. Interested vendors must submit their quotations by April 15, 2025, with the anticipated award date on or about April 17, 2025. For 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
    The document pertains to a government Request for Proposal (RFP) for the manufacture of an MH-60T Search and Rescue (SAR) Cabinet. It outlines the specifications for a single unit, including the National Stock Number (NSN) and part number, but lists a unit price of $0.00. The document emphasizes the need for manufacturers to provide information on lead times, shipping charges, and any additional fees. It also inquires whether the vendor would accept a Federal Acquisition Regulation (FAR) option for increased quantity, allowing for up to three cabinets to be produced at the same price within a year of the contract award. This option will trigger a unilateral modification if exercised. The instructions clearly state that only designated sections should be completed, and the agency contacts for any questions are provided. This RFP process underscores the government's procurement needs and the flexibility sought in vendor responses to accommodate potential future increases in order quantities.
    The document is a solicitation for quotes regarding the procurement of one MH-60T Search and Rescue (SAR) cabinet. It outlines specific details including the part number (PIF29651), national stock number (4220-01-HS3-2263), and the terms of the request for quotation. The total cost for the item is noted as $0.00, indicating that it may be a request for pricing rather than a confirmed purchase. The document seeks confirmation on whether the supplier will accept an option for increased quantity as stated under Federal Acquisition Regulation (FAR) 52.217-6, enabling the government to acquire up to two additional cabinets at the same price within a year of the contract award. Respondents are instructed to provide additional cost details, such as FOB information and associated shipping charges, and to contact a specified government representative for inquiries. This solicitation process is integral to the U.S. Coast Guard's acquisition strategy, ensuring compliance with federal procurement regulations while allowing proactive vendor interactions.
    The Statement of Work (SOW) outlines the United States Coast Guard's requirement for the manufacture of an MH-60T SAR Cabinet, with a specified quantity of one and an optional two. The contractor is responsible for providing Ready-for-Issue components compliant with provided drawings and subject to first article testing. Key tasks include manufacturing components at an approved facility while ensuring all certifications are submitted before payment. Quality control is emphasized, with the contractor required to maintain ISO 9001-2000 certification and disclose any non-compliance or changes affecting the product. Delivery must meet specific inspection and acceptance criteria, with all shipments being F.O.B. Destination, covering all associated costs. The document adheres to Federal Acquisition Regulations and outlines a clear process for document access and warranties for manufactured parts. Overall, this SOW illustrates the USCG's commitment to acquiring high-quality components that meet regulatory standards for aviation operations.
    The document consists of a Non-Disclosure Agreement (NDA) related to a government Request for Proposal (RFP) and federal grant process for the Department of Homeland Security (DHS). The NDA is part of the necessary documentation to ensure that confidential information disclosed during the proposal process is safeguarded. It outlines the obligations of the parties involved regarding the handling of proprietary information, including its use, storage, and dissemination. The agreement emphasizes the importance of confidentiality in protecting sensitive data shared in the context of federal and state/local grant processes. It mandates that recipients of the confidential information must take appropriate measures to prevent unauthorized access and that any disclosures must be limited to legitimate purposes related to the RFP. The NDA serves as a critical legal instrument to foster trust between the government and potential contractors, ensuring that competitive information remains protected throughout the evaluation and selection phases of the proposal process. Overall, this document plays an essential role in facilitating transparent and equitable government contracting practices while upholding the integrity of the process.
    The document serves as an attachment outlining the terms and conditions related to federal acquisition regulations and Homeland Security acquisition regulations for a specific solicitation (70Z03825QJ0000238). It emphasizes the acceptance of specific clauses regarding contractor obligations, compliance with security and quality standards, and the need for detailed representations and certifications from offers. Key provisions detail the requirements for technical acceptability, pricing, the documentation necessary for proposal evaluation, and the obligations surrounding the sourcing of telecommunications equipment. The evaluation criteria establish that contracts will be awarded to the lowest priced technically acceptable offeror, with specific requirements for product and service compliance. The attachment also outlines shipping, inspection protocols, and invoicing guidelines, mandating conformance with federal standards for documentation and product quality. The overarching purpose underscores the importance of adhering to federal regulations, ensuring that government procurement processes remain transparent, fair, and compliant with existing laws, particularly those regarding small business designations and ethical contracting practices. This framework is vital for prospective contractors aiming to navigate the complexities of federal contracts effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    CANVAS DOOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of canvas doors as part of a combined synopsis/solicitation. The requirement includes eight units of a front port side door/panel, identified by NSN 2090-01-649-7499, which must be packaged according to military standards and delivered by February 1, 2026. This procurement is crucial for maintaining operational readiness and ensuring the integrity of marine equipment. Interested vendors must submit their quotes by December 24, 2026, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil, with all submissions requiring active SAM.Gov registration.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking qualified contractors to provide repair and major repair services for the MH-65 Hoist Control Panel. Contractors must adhere to the latest Original Equipment Manufacturer (OEM) guidelines from Breeze Eastern LLC and demonstrate their capabilities through a detailed capability statement. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's aviation assets, ensuring safety and efficiency in air transportation support activities. Interested contractors should submit their responses by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    MH-65 Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    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.