Repair of Receiver-Transmitter Radio for the HC-27J Aircraft.
ID: 70Z03825QW0000033Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    Repair of Ice Detector for the HC-27J Aircraft.
    Buyer not available
    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.
    Repair Color Weather Radar
    Buyer not available
    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.
    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.
    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.
    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.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    TRS-3D /AN/SPS-75 Radar repairs/ overhaul services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit for repair and overhaul services for the TRS-3D/16-ES (AN/SPS-75) radar system. This procurement will require OEM parts and components exclusively manufactured by Hensoldt Sensors GmbH, with sales conducted solely through Northern Defense Industries, LLC. The radar system is critical for maritime operations, providing essential search and detection capabilities. Interested vendors should prepare to submit a cover letter, past performance questionnaire, technical capability proposal, and pricing information, with evaluations based on technical merit, past performance, and price. For further inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Mark Cap at mark.cap@uscg.mil.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    MH-65 Spare Parts
    Buyer not available
    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.