MH-65 Repair
ID: 70Z03825QB0000077Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines a Request for Quote (RFQ) for the repair and evaluation of a hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00) intended for use by the U.S. Coast Guard. The RFQ specifies the requirements for repair, including a total of three units, with no initial pricing indicated. A section is included for companies to specify their test and evaluation fees if parts are determined to be Beyond Economical Repair (BER), with an emphasis on that no scrap fees will be applicable. The document notes potential agreement to the Option for Increased Quantity Clause, requiring bidders to indicate their stance on this clause. It also provides contact information for inquiries related to the RFQ. All proposals must clearly outline any additional pricing information, including discounts or fees, ensuring transparency in the bidding process. This RFQ demonstrates the U.S. Coast Guard's need for specific repair services while adhering to federal guidelines for procurement.
    The document outlines the terms and conditions for a federal solicitation (RFP) issued under reference 70Z03825QB0000077, focusing on detailed compliance with acquisition regulations including FAR and HSAR. It stipulates that acceptance of the award implicitly agrees to all specified terms, emphasizing the importance of timely updates to contractor registrations in the System for Awards Management (SAM). The solicitation specifies requirements for bid submissions, technical capability evaluations, and the provision of quotes for repairs related to components of USCG aircraft. Contractors must demonstrate familiarity with the Statement of Work (SOW) and comply with labor standards. Documents required include proof of repair certifications and a detailed approach to meeting delivery requirements. The RFP highlights a mandated evaluation of technical acceptability centered on price and quality, with preference given to certified contractors. Additionally, the document includes critical representations regarding telecommunications equipment and child labor laws, confirming offerors’ compliance with federal regulations. Overall, this solicitation reinforces the importance of detailed adherence to regulatory specifications, signaling the government's commitment to transparency, accountability, and adherence to labor standards in procurement processes.
    Lifecycle
    Title
    Type
    MH-65 Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Repair of NIIN: 012061585 / Nomenclature: SEARCHLIGHT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two SEARCHLIGHT units, specifically NSN: 7R6230012061585, P/N: 70553-01007-104, from Sikorsky Aircraft Corp, the Original Equipment Manufacturer (OEM). The procurement requires a firm-fixed-price arrangement and emphasizes strict adherence to quality assurance standards, including ISO 9001 and ISO 10012, along with detailed requirements for configuration management and packaging in compliance with military standards. This repair is critical for maintaining operational readiness of military equipment, and interested contractors must submit their quotes, including estimated repair costs, to Anna M. Kiessling at ANNA.M.KIESSLING.CIV@US.NAVY.MIL, with a lead time of 365 calendar days for delivery after induction.
    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.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    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.
    open inspect and report HF DGL CPLR MSR4050
    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/repair of eight HF DGL CPLR MSR4050 antenna couplers, identified by stock number 5985-01-446-1866 and part number 798012-001-001. The procurement requires that the contractor restore the items to "like new" condition, ensuring individual preservation for a minimum of two years, with delivery to the Coast Guard's Surface Force Logistics Center in Baltimore, MD. This service is critical for maintaining operational readiness and reliability of communication equipment used by the Coast Guard. 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.
    LIGHT,LANDING,AIRCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of landing lights for the P8 Aircraft system. This procurement aims to ensure the operational readiness of critical aircraft components, emphasizing the need for repairs to be conducted by Original Equipment Manufacturers (OEM) or FAA-certified suppliers. Interested contractors must submit firm fixed price quotations by the specified deadline, with a focus on Repair Turnaround Time (RTAT), capacity, price, and past performance as evaluation criteria. For further inquiries, potential bidders can contact Casey Russ at 215-697-3473 or via email at casey.a.russ.civ@us.navy.mil.
    Low Level Contr
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Repair Color Weather Radar
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    Repair of Ice Detector for the HC-27J Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.