Field Service Representative (FSR) Services on the CT7-9C3, T700-401C and T700-401D Engines and CT7 Propeller Gearbox
ID: 70Z03825QL0000031Type: 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)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Field Service Representative (FSR) services for the CT7-9C3, T700-401C, and T700-401D engines, as well as the CT7 propeller gearbox. The procurement aims to establish an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, totaling a maximum duration of five years, to support the maintenance and operational readiness of HC-144 and MH-60 aircraft. Interested parties must submit pricing for all five years to be considered, with the solicitation closing date set for September 30, 2025, at 4:00 PM EST. Proposals and inquiries should be directed to Stephanie O Reams via email at stephanie.o.reams@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, "Attachment 1-Terms and Conditions Solicitation: 70Z03825QL0000031," outlines the contractual terms and conditions for a federal government solicitation. It establishes that the included Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses and provisions are paramount, superseding all other terms upon acceptance of an order. The document incorporates several solicitation provisions by reference, allowing offerors to access full text electronically or request it from the Contracting Officer. It specifically highlights critical provisions such as 52.204-7 (System for Award Management), 52.204-16 (Commercial and Government Entity Code Reporting), 52.217-5 (Evaluation of Options), and 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment), providing detailed instructions on compliance and representation requirements, particularly concerning telecommunications equipment. The overall purpose is to ensure all parties adhere to the stipulated regulations and conditions for government contracts.
    The document outlines the terms and conditions relevant to solicitation 70Z03825QL0000031, emphasizing the importance of compliance with both the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It states that system updates may not always align with policy changes, potentially causing issues if entities do not complete required representations. The provisions cited, such as 52.204-7 regarding the System for Award Management (SAM), and various representations concerning telecommunications and video surveillance services, must be observed by all offerors. Offerors must provide specific information in lieu of complete provisions and can access full texts electronically. Overall, the document serves as a critical resource for ensuring that potential contractors understand their obligations when responding to this federal solicitation, thus ensuring compliance with federal regulations and terms.
    The document outlines a solicitation schedule for services with a base year from January 1, 2026, to December 31, 2026, followed by four option years extending through December 31, 2030. All specified sections for each time frame are marked as "reserved" or intentionally left blank, indicating no details are provided at this stage. Total contract amounts for each period are also left blank.
    The Statement of Work outlines the Field Service Representative (FSR) services required for the support of CT7, T700 engines, and the CT7 Propeller Gearbox utilized by the U.S. Coast Guard. The FSR, stationed at the Aviation Logistics Center, will provide on-site technical assistance, troubleshooting support, training, and data management, as well as maintain communication with General Electric for immediate resolution of technical issues. The document also specifies the qualifications, contract terms, travel requirements, and background investigation procedures for the FSR position.
    The Department of Homeland Security's U.S. Coast Guard (USCG) proposes to sole-source a contract for Field Service Representative (FSR) services from General Electric Aviation due to GE being the original equipment manufacturer (OEM) for the required engine systems. The justification cites the uniqueness of GE's proprietary technical data and expertise as critical for maintaining operational readiness of HC-144 and MH-60 aircraft, and the inability to foster competition without access to this data. The contract aims to cover services from 2026 through 2030, ensuring continued support for USCG's operational missions.
    The document outlines the wage determination for various occupations under the Service Contract Act in North Carolina, effective for contracts and extensions made after January 30, 2022, with minimum wages of $17.75 per hour for most workers. It details job classifications, their corresponding wage rates, and fringe benefits, including health and welfare compensation, vacation, and holiday provisions. Contractors must adhere to federal labor standards, including fulfilling paid sick leave provisions for employees on applicable contracts awarded after January 1, 2017.
    Similar Opportunities
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    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.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    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.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    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.
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    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 in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 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 for repairs and modifications.
    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.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Sources Sought for Potential Overhaul Vendors for HC-144 and HC-27J Wheels and Brakes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential vendors capable of providing overhaul services for HC-144 and HC-27J wheels and brakes. This sources sought notice aims to identify commercially available vendors with the necessary capabilities, including OEM authorization, to perform overhauls in compliance with OEM standards. The components involved are critical for the operational readiness of Coast Guard aircraft, and interested vendors must demonstrate their qualifications, including relevant certifications and past performance, by submitting their responses by December 12, 2025, at 4:00 p.m. EST. For inquiries, vendors may contact Steven Goodwin at steven.a.goodwin@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03826IL0000006.
    Cooler Lubricating Oil Engine
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Cooler Lubricating Oil Engines, which are critical components for the MTU 4000 series main diesel engines used in 154' WPC vessels. The requirement includes four units that must be "service ready" prior to shipping, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E and MIL-STD-129R. This procurement is essential for maintaining operational readiness and reliability of the Coast Guard's fleet. Interested vendors must submit their quotations by December 11, 2025, at 10:00 AM EST, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.