Repair of Various Panels
ID: 70Z03825QH0000057Type: 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
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of various aircraft panels under solicitation number 70Z03825QH0000057. This procurement involves a sole-source acquisition from G.E. Aviation, the Original Equipment Manufacturer (OEM), for specific components necessary to maintain operational readiness of the HC-130J aircraft. The contract will be awarded based on the lowest priced, technically acceptable offer, with a closing date for submissions set for April 15, 2025, at 12:00 PM Eastern Standard Time. Interested vendors should direct their quotations to Angela L. Watts at Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, ensuring compliance with all outlined terms and conditions.

Point(s) of Contact
D05-SMB-LRS-Procurement@uscg.mil
D05-SMB-LRS-Procurement@uscg.mil
Files
Title
Posted
The document is an amendment to a government Request for Proposals (RFP) regarding the repair and replacement of various control panels and associated equipment. It details specific line items, quantities, unit prices, and lead times for each component requiring repair or deemed beyond economic repair. The parts mentioned include cursor control panels, control panels for air conditioning, and various panel assemblies, with their respective National Stock Numbers (NSNs) and part numbers provided for reference. Most line items are noted as having a unit price of $0.00, indicating that costs are to be determined (TBD) for items classified as beyond economic repair. The document instructs potential vendors to fill in specific boxes for pricing and charges while directing any inquiries to designated email addresses. The clear structure is indicative of a formal procurement process aimed at maintaining operational readiness of equipment through repair services, essential for government operations. This document exemplifies the Navy's ongoing efforts to manage logistics and maintenance through structured procurement processes and transparency with potential contractors.
The U.S. Coast Guard seeks approval for a sole-source procurement under Simplified Acquisition Procedures to secure repairs for specific components of the HC-130J aircraft. The required items include multiple pilot reference sets, control panels, and assembly panels, all uniquely supplied by G.E. Aviation, which is the sole source for these repairs due to its status as the Original Equipment Manufacturer (OEM). G.E. Aviation possesses the exclusive technical data, manuals, and specifications necessary for the repair process. The justification for not opening the procurement to full competition is based on G.E. Aviation being the only reasonably available source, following a thorough market research, which confirmed that other companies cannot provide similar products. The contracting officer will ensure fair pricing through various methods, including market research and price comparisons based on historical purchases. This requirement emphasizes the critical nature of maintaining specialized aviation components to ensure operational readiness within the U.S. Coast Guard.
The document concerns the Statement of Work (SOW) for contract number 70Z03825QH0000057, detailing the requirements and expectations for a government project. The SOW outlines the objectives, scope of work, deliverables, and performance standards necessary for compliance with federal or state regulations. It emphasizes the importance of adhering to established guidelines and outlines key responsibilities for contractors. The document is structured to facilitate clear communication of project demands, ensuring all participants understand their roles and the anticipated outcomes. The primary purpose is to guide the contractor in executing tasks effectively while promoting safety, accountability, and compliance with applicable federal standards. Overall, this SOW is a foundational document aimed at securing qualified responses for the stated objectives of the government project, ensuring a thorough approach to service delivery within the outlined framework.
The document outlines the terms and conditions for a federal solicitation (70Z03825QH0000057) aimed at acquiring specific technical services, primarily involving overhaul services by G.E. Aviation. This procurement is defined as a sole-source acquisition, requiring fair and reasonable pricing. Offerors must demonstrate technical acceptability, particularly through access to technical directives, airworthiness certification, and submissions related to Original Equipment Manufacturer (OEM) confirmations. Key evaluation criteria include price competitiveness, technical acceptability based on overhauls, and meeting documentation requirements, such as Certificates of Conformance and Airworthiness. A comprehensive price submission is mandated, while the evaluation process focuses on the lowest priced, technically acceptable offer. Additional requirements address compliance with federal regulations, including representations and certifications concerning labor practices, environmental standards, and sourcing certifications under the Buy American Act. The document emphasizes contractor obligations regarding quality assurance, inspection and acceptance protocols, and stringent packaging and delivery specifications, ensuring adherence to all applicable regulations for federal contracts. Overall, this document exemplifies the structured procurement approach of the federal government, ensuring compliance, quality, and value in acquisitions for technical services.
Apr 16, 2025, 1:05 PM UTC
The document pertains to a federal Request for Proposal (RFP) for the repair of various control panels and panel assemblies associated with military equipment. It outlines specific items needing repair, including cursor control panels, control panels for air conditioning, and pilot reference set panels, with corresponding National Stock Numbers (NSNs) and part numbers. The quantities for repair range from 1 to 4 units per line item, indicating a focus on both repairable items and those deemed "Beyond Economic Repair" (BER), for which costs are to be determined later. The file instructs bidders to fill in specific pricing information while providing guidance on quoting additional charges or discounts. The overall purpose of this document is to solicit bids from contractors capable of performing the repair and to ensure compliance with procurement regulations. The clear organization of line items, pricing directives, and contact information for queries ensures that potential contractors can respond effectively to the RFP, facilitating the government's goal of maintaining equipment readiness while managing costs.
The document titled "Attachment 4 - Wage Determination - 70Z03825QH0000057" serves the purpose of establishing wage determinations relevant to federal government contracts. It outlines the prevailing wages and fringe benefits to be paid to workers employed on federal projects. This wage determination is crucial for compliance with the Service Contract Act and ensures fair compensation in alignment with local standards. It includes a list of occupational categories with corresponding wage rates that contractors must adhere to when bidding on federal contracts. The prevalence of multiple attachments suggests a comprehensive approach to detailing labor conditions across sectors. Maintaining accurate wage standards is essential for promoting equity and protecting worker rights within government procurement processes.
Lifecycle
Title
Type
Repair of Various Panels
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: an oil cooler panel assembly, a fairing assembly, a panel assembly, and a drain assembly, with a total quantity of ten units for the fairing assembly and four units for each of the other components, all essential for the Coast Guard's aviation operations. The delivery of these items is requested within 365 days after receipt of order, with early shipments encouraged at no additional cost to the government. Interested parties may submit quotations to the designated contacts by May 1, 2025, at 2:00 PM EDT, referencing solicitation number 70Z03825QJ0000143.
Panel Assy
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), intends to award a sole source contract for the procurement of panel assemblies from Sikorsky Aircraft Corporation. The requirement includes eight units of an assembly panel (NSN 1560-01-HS1-6158, Part Number 70500-82402-076), with a delivery timeline set for July 1, 2025, although early shipments are encouraged at no additional cost to the government. This procurement is critical for maintaining the Coast Guard's aviation capabilities, ensuring timely support for operational assets. Interested parties may submit quotations to Cindy Harmes at Cindy.K.Harmes@uscg.mil and mrr-procurement@uscg.mil by 2:00 P.M. EDT on May 22, 2025, referencing solicitation number 70Z03825QJ0000280.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.
Repair of EGI Computers for the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for EGI Computers used in the HC-27J Aircraft. The procurement involves the repair of three specific parts, requiring compliance with Original Equipment Manufacturer (OEM) standards and FAA certification, with a focus on ensuring airworthiness and safety in aircraft maintenance. This opportunity is critical for maintaining operational readiness and safety standards within the Coast Guard's aviation fleet. Interested vendors must submit their quotations by April 30, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QW0000067.
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.
Procurement of Various Items
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various aircraft parts and auxiliary equipment under solicitation number 70Z03825RJ0000003. This opportunity involves a sole source contract for new manufactured items from the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, with a focus on ensuring all parts meet Federal Aviation Administration (FAA) safety standards and have clear traceability. The contract is anticipated to be an Indefinite Delivery Requirements type with a base period of one year and two optional one-year periods, totaling a maximum of three years. Interested vendors must submit their quotations by July 2, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
HC-144 Composite Panel Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for the repair of HC-144 Composite Panels through a sources sought notice. The objective is to identify qualified firms capable of providing repair services that meet the specifications outlined in the attached documentation, which includes detailed part numbers and descriptions related to aviation components. These composite panels are critical for maintaining the operational readiness and safety of Coast Guard aircraft. Interested parties must submit their capability statements and relevant information by May 6, 2025, at 4:00 p.m. EST, and can direct technical inquiries to Joshua Eure and contractual questions to Cayce Copley via the provided email addresses.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various items under a sole source contract with Sikorsky Aircraft Corporation. The procurement includes two specific aviation components: an "Enclosure AY, R/H" and a "Roll Coupler Panel," with a total of three units requested for each item, and delivery dates set for February 1, 2026, and September 1, 2026, respectively. This acquisition is crucial for maintaining the operational readiness of the Coast Guard's aviation capabilities, ensuring timely access to essential parts. Interested suppliers may submit quotations to Michelle Monds at Michelle.R.Monds@uscg.mil and mrr-procurement@uscg.mil by April 30, 2025, at 2:00 PM EDT, as the procurement is unrestricted and no solicitation package will be issued.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation parts from Sikorsky Aircraft Corporation under a sole source contract. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, with a total quantity of four each, and delivery dates ranging from January to October 2025. This acquisition is crucial for maintaining and enhancing the operational capabilities of the Coast Guard's aviation logistics, ensuring the availability of reliable and updated parts. Interested vendors may submit quotations to the primary contact, Paige Kressley, at Paige.E.Kressley@uscg.mil, or to the MRR Procurement Mailbox at mrr-procurement@uscg.mil, with a deadline for submissions set for May 1, 2025, at 2:00 PM EDT.