ContractCombined Synopsis/Solicitation

Repair of Receiver-Transmitter Radio for the HC-27J Aircraft.

DEPARTMENT OF HOMELAND SECURITY 70Z03825QW0000033
Response Deadline
Feb 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor for the repair of two Receiver-Transmitter Radios for the HC-27J Aircraft under Solicitation Number 70Z03825QW0000033. The procurement requires that contractors be either the Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or an FAA Certified 145 Repair Center, with strict adherence to technical specifications and quality assurance processes outlined in the Statement of Work. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aircraft, ensuring that all repairs meet rigorous inspection and documentation standards. Interested vendors must submit their capability information by February 12, 2025, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.

Classification Codes

NAICS Code
488190
Other Support Activities for Air Transportation
PSC Code
J016
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES

Solicitation Documents

4 Files
Redacted J and A.pdf
PDF312 KBJan 31, 2025
AI Summary
No AI summary available for this file.
SOW.pdf
PDF151 KBJan 31, 2025
AI Summary
The Statement of Work (SOW) for Solicitation# 70Z03825QW0000033 outlines the requirements for services related to the inspection, repair, and overhaul of specific components for the U.S. Coast Guard. Contractors must be either an OEM, an OEM Authorized Repair Center, or an FAA Certified 145 Repair Center, and must demonstrate compliance with OEM documentation and specifications. Inspections must occur within 15 days of receipt, and a Teardown and Inspection Report (TIR) detailing necessary repairs must be submitted within 5 days post-inspection. Contractors are responsible for ensuring parts are free from hazardous materials and corrosion, adhering to strict cleaning protocols before return. The turnaround time for repairs is set at 270 days, with earlier delivery preferred at no additional cost. All components must include an airworthiness certificate, and proper documentation must accompany shipments for traceability. The SOW emphasizes rigorous inspection processes and the maintenance of component history records by contractors, ensuring compliance with specified quality and safety standards. This SOW reflects the Coast Guard’s commitment to maintaining operational readiness and safety through strict contractor adherence to technical requirements and quality assurance processes.
Wage Determination.pdf
PDF99 KBJan 31, 2025
AI Summary
The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, providing wage rates and benefits for contracts in the Georgia counties of Houston, Peach, and Pulaski. It outlines minimum wage requirements based on two Executive Orders: EO 14026, which mandates at least $17.75 per hour for contracts effective January 30, 2022, and EO 13658, which set a minimum of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed afterward. The wage determination includes a detailed list of occupation codes, job titles, and hourly wages for various positions, alongside mandatory fringe benefits. It emphasizes compliance with additional worker protections such as paid sick leave and specifies conformance processes for any unlisted occupations. The document underscores the importance of adhering to wage and benefit regulations for federal contractors, ensuring fair compensation for workers involved in government contracts.
Solicitation Terms and Conditions.pdf
PDF567 KBJan 31, 2025
AI Summary
The solicitation 70Z03825QW00000033 outlines the terms for an acquisition by the federal government, emphasizing compliance with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It incorporates necessary clauses, including provisions related to telecommunications equipment restrictions and representations. Offerors must assert that they do not provide or use covered telecommunications equipment, as mandated by the John S. McCain National Defense Authorization Act. Quotes must be submitted via email, and the submission should adhere to requirements such as holding prices for 60 days and providing necessary warranties and certifications. To be evaluated, offers need to demonstrate technical acceptability, which includes FAA certification and compliance with operational standards. The evaluation process will prioritize the lowest evaluated price while ensuring technical and acceptable criteria are met. The document emphasizes fair trade practices, highlighting provisions such as the Buy American Act, ensuring all products meet domestic content criteria. Additionally, it enforces policies against engaging with entities that may pose a risk to national security. Overall, this solicitation aims to establish a clear framework for procurement while prioritizing safety, compliance, and economic viability in federal contracting processes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 30, 2025
amendedLatest Amendment· Description UpdatedJan 31, 2025
deadlineResponse DeadlineFeb 12, 2025
expiryArchive DateFeb 27, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)

Point of Contact

Name
Allison T Meads

Place of Performance

Elizabeth City, North Carolina, UNITED STATES

Official Sources