Repair Signal Proc (Mino) and Antenna-Pedestal for the Support of the HC-144 Aircraft
ID: 70Z03825QL0000062Type: 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 COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair signal processors and antenna-pedestals for the HC-144 aircraft. The procurement involves the repair of four signal processors and two antenna-pedestals, which must be completed in accordance with the Original Equipment Manufacturer (OEM) specifications, ensuring compliance with quality standards. This contract is critical for maintaining the operational readiness and safety of the Coast Guard's aviation capabilities. Interested vendors must demonstrate their qualifications and capabilities within ten calendar days of this notice, with the submission deadline set for March 19, 2025, at 4:00 PM EST. For inquiries, contact Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QL0000062.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation 70Z03825QL0000062, which includes essential regulations and requirements for bidding on government contracts, specifically addressing telecommunications and video surveillance services. It references the need for compliance with specific clauses from the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). The solicitation emphasizes the necessity for offerors to ensure they do not engage in providing "covered telecommunications equipment or services," which is prohibited under Section 889 of the John S. McCain National Defense Authorization Act. Moreover, it details the bidding process, highlighting submission protocols, technical acceptability standards, and criteria for evaluating offers based on price and compliance with federal regulations. The document also stresses the importance of maintaining comprehensive records and disclosures regarding labor practices, environmental compliance, and ownership structures. This solicitation signifies the government's commitment to ensure that contractors fulfill their obligations without compromising security standards or integrity, while also encouraging diversity in ownership among bidders.
    The Coast Guard seeks services for the inspection, repair, and overhaul of specific components through a contract with an Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or a FAA Certified 145 Repair Center. Vendors must verify their OEM status and adhere to the OEM specifications and maintenance manuals, ensuring compliance with quality standards like ISO 9000. The contract outlines two levels of repair: inspection/repair, which includes failure analysis and part replacement, and overhaul, requiring comprehensive teardown and replacement of degraded components. Any corrosion found during inspection necessitates thorough disassembly, while components identified as Beyond Economical Repair must be communicated to the Coast Guard. A Teardown and Inspection Report must be submitted within specified timeframes, detailing required repairs, part costs, and labor. Additionally, components must be cleaned of hazardous materials before returning to the Coast Guard's Aviation Logistics Center, which retains the right to randomly verify compliance with cleanliness standards. This SOW essentially underscores the Coast Guard's rigorous standards for aviation component servicing to ensure safety and functionality.
    The document provides the Wage Determination No. 2015-4157 under the Service Contract Act (SCA), managed by the U.S. Department of Labor. It specifies the minimum wage rates and accompanying fringe benefits applicable to service contracts in New York's Nassau and Suffolk counties. The determination details wage rates for various occupations, varying from administrative support to mechanical maintenance, and indicates that contracts executed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour, unless a higher rate is specified. Additionally, specific worker benefits like healthcare and paid sick leave under Executive Order 13706 are outlined. The document emphasizes legal requirements for categorizing and compensating unlisted job classifications, and the conformance process necessary to align them with existing rates. This serves as a critical reference for contractors, ensuring compliance with federal labor standards while establishing fair wages and benefits in governmental contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Modern Signal Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of five Modern Signal Processors under solicitation number 70Z03825QJ0000213. The requirement emphasizes the need for items that have clear traceability to the Original Equipment Manufacturer, Honeywell International Inc., and mandates the submission of a Certificate of Conformance (COC) to ensure compliance with federal regulations. This procurement is crucial for maintaining operational capabilities within the Coast Guard's aviation sector, with a closing date for offers set for April 4, 2025, at 2:00 PM EDT, and an anticipated award date around April 13, 2025. Interested vendors should direct their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring to reference the solicitation number in their correspondence.
    Repair Satcom SDU for the Support of the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair the Satcom SDU for the HC-27J aircraft. The procurement involves inspection, repair, and overhaul of the Satcom SDU components, requiring contractors to be Original Equipment Manufacturers (OEMs), authorized repair centers, or FAA-certified entities. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's aviation assets, with a turnaround time of 90 days for completed work and stringent compliance with OEM standards and FAA regulations. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which is governed by federal acquisition regulations and includes specific wage determinations for compliance.
    Repair of Transponder
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of a transponder, with the solicitation number 70Z03825QH0000025. The procurement involves a firm-fixed price purchase order anticipated to be awarded on a sole source basis to Raytheon Company, focusing on the repair of a specific transponder device, which is critical for aviation logistics and operational readiness. Interested vendors are required to submit their quotations by February 11, 2025, with an anticipated award date around February 18, 2025. For further inquiries, interested parties can contact Shavon M. Smith at Shavon.M.Smith@uscg.mil or Camille Craft at Emma.C.Craft@uscg.mil.
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.
    Repair Data Concent Unit
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair a Data Concent Unit as part of a combined synopsis/solicitation process. The procurement involves restoring components used in the MH-60T aircraft to a Ready for Issue (RFI) status, adhering to original equipment manufacturer (OEM) specifications, and ensuring compliance with stringent quality management standards. This opportunity is critical for maintaining the operational integrity of the USCG aviation fleet, particularly for search and rescue missions, and is expected to be awarded on a sole-source basis to SCI Technology, Inc. Interested parties must submit their quotations by March 19, 2025, with an anticipated award date of March 21, 2025. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    MH-65 REPAIR OF GEAR HOUSING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for the gear housing component of the MH-65 helicopter. The procurement involves a combined synopsis/solicitation for commercial items, requiring contractors to perform repairs in accordance with original equipment manufacturer (OEM) specifications and maintain airworthiness standards. This opportunity is critical for ensuring the operational readiness of the Coast Guard's aviation assets, with a firm-fixed price purchase order anticipated to be awarded competitively. Interested parties must submit their quotations by March 12, 2025, at 11:00 am EST, and can direct inquiries to Mary Elaina Price at elaina.m.price@uscg.mil or Terrie L. Pickard at Terrie.L.Pickard@uscg.mil.
    RD-301A Radar Test Set - Open, Inspect, Report
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the repair and calibration of one RD-301A Radar Test Set, a critical piece of equipment used to support its operational missions. The contractor will be responsible for inspecting the unit, diagnosing its condition, and determining repair costs, with the goal of restoring the equipment to Original Equipment Manufacturer (OEM) standards. This procurement is vital for maintaining the operational readiness of the U.S. Coast Guard's fleet, ensuring that essential radar testing capabilities are available. Interested vendors must submit their quotes by March 19, 2025, with the anticipated award date on or before March 31, 2025. For further inquiries, potential offerors can contact Amanda L. Justice at amanda.l.justice@uscg.mil or Delton L. Brun at Delton.L.Brun@uscg.mil.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for actuators used in the HC-27J and HC-144 aircraft. The procurement requires vendors to be FAA 145 certified and capable of performing at least 50% of the work at their certified facilities, ensuring compliance with Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is critical for maintaining the operational readiness of Coast Guard aircraft, with a focus on reliable repair services for essential components. Interested vendors must submit their capability information within ten calendar days from the posting date, with the solicitation closing on March 12, 2025, at 12:00 PM EST. For inquiries, contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    Open inspect and report for PROPELLER, LEFT HAND
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of left-hand propellers, part number 531915, manufactured by Michigan Wheel Co. The procurement involves two units, with strict adherence to packaging and preservation standards to ensure safe delivery and compliance with federal regulations. These propellers are crucial for maintaining the operational readiness of the Coast Guard's fleet, and the selected contractor must provide a total firm fixed price for all necessary equipment and labor, including an estimated repair cost. Interested parties must submit their quotes by February 21, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with delivery expected by July 12, 2026.