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)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    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.
    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
    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.
    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.
    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.
    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.
    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.
    Procurement of Propeller Assemblies, Spare Parts and Components
    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 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 option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    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.
    Voice Flight Data Recorder
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, essential components for MH-60T aircraft maintenance. The procurement is intended to replace failed or damaged parts, with the requirement being fulfilled on a sole-source basis from GE Aviation Systems LLC due to their proprietary rights and the critical nature of the items. The contract is expected to be awarded on or about December 22, 2025, with a closing date for offers set for December 18, 2025, at 2:00 PM EST. Interested vendors should direct inquiries and quotations to Paige Kressley at Paige.E.Kressley@uscg.mil, ensuring compliance with all specified terms and conditions outlined in the solicitation documents.
    PURCHASE ANNUNCIATOR, MAST WA; LIGHTED PANELS; PUSH BUTTON, LIGHTED.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure spare parts for the HC-144 aircraft, including two Annunciator, Mast WA, three Lighted Panels, and three Push Buttons, Lighted. This procurement is intended to ensure the operational readiness and maintenance of the aircraft, which plays a critical role in maritime safety and security missions. The solicitation, numbered 70Z03825QL0000123, is set to close on July 25, 2025, with a sole source award anticipated to Airbus DS Military Aircraft, Inc., due to their proprietary technical data. Interested vendors must submit their capabilities and quotations to Debra Heath at debra.w.heath@uscg.mil by the specified deadline.
    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.