ContractCombined Synopsis/Solicitation

TRANSMITTER, PROPELLER ORDER

DEPARTMENT OF HOMELAND SECURITY 70Z08026Q-AF025
Response Deadline
Dec 22, 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 quotations for the overhaul of a Transmitter, Propeller (Part Number RA13T), which is critical for the operation of the WMEC 210 Class Cutters. The procurement involves opening, inspecting, reporting, and potentially repairing the transmitter, with a firm fixed price for the repair not to exceed $5,700, and requires adherence to OEM specifications using genuine DYNALEC parts. This equipment is vital for maintaining the operational integrity of the Coast Guard's Medium Endurance Product Line, and the selected contractor must ensure compliance with stringent packaging, marking, and delivery requirements. Interested vendors must submit their quotes by December 22, 2025, and direct any inquiries to Nina Crosby at nina.m.crosby@uscg.mil.

Classification Codes

NAICS Code
811310
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC Code
6320
SHIPBOARD ALARM AND SIGNAL SYSTEMS

Solicitation Documents

3 Files
JOTFOC_6320-01-578-6006.pdf
PDF231 KBDec 16, 2025
AI Summary
The document is a Justification for Other than Full and Open Competition for the overhaul of two Transmitter Propellers (P/N: RA13T) for the 210 WMEC Class Cutters, with an estimated procurement value of $5,700.00. Dynalec Corp. is identified as the sole source due to proprietary data rights not purchased by the Coast Guard, making it impossible to determine if alternative parts would function effectively. Deviations from the OEM specifications could lead to significant costs, re-engineering, and safety risks to personnel and equipment. The Coast Guard did not acquire manufacturing drawings, detailed parts lists, or design/testing procedures for the original equipment. Dynalec Corp. is the only known manufacturer with the necessary techniques, design specifications, testing, and quality assurance capabilities. Market research will continue, but obtaining full and open competition is challenging without the required technical data, which vendors are not obligated to release.
RD_6320-01-578-6006.pdf
PDF15 KBDec 16, 2025
AI Summary
This government file outlines the overhaul requirements for TRANSMITTER, PROPELLER ORDER, Stock Number 6320-01-578-6006, Part Number RA13T, used on WMEC 210 Class Propeller Pitch Indicator Systems. The contractor must inspect and repair each transmitter to restore OEM operating and performance characteristics using genuine DYNALEC parts. A preliminary inspection report and a condition report with a cost proposal are due within 30 days of receipt. Final delivery of overhauled units is 90 days from authorization to proceed. Overhauled transmitters require operational testing, certification, a 720-day warranty, and specific preservation, packaging, packing, and marking for storage. Acceptance is contingent on verification of no transit damage, order correctness, and adherence to preservation/packaging, packing, and marking requirements. The estimated cost for overhaul should not exceed $5,700.
Mil-Std 2073.pdf
PDF2828 KBDec 16, 2025
AI Summary
The “Packaging and Marking Guide For DoD” provides an informational guide for contractors on packaging and marking requirements for Department of Defense (DoD) contracts. It covers key regulations and standards such as Title 49 CFR for hazardous materials, ASTM D-3951 for commercial packaging, and MIL-STD-2073-1E for military packaging. The guide details various military preservation methods (e.g., physical protection, preservative coating, waterproof, watervaporproof) and packing levels (Level A and Level B). It outlines the use of MIL-STD-2073-1E worksheets and packaging requirement codes (PRC) for specifying details like quantity per unit pack (QUP), method of preservation (MOP), and cushioning materials. The document also addresses quality assurance provisions, including visual inspections and leakage tests, and provides extensive information on package markings, including identification, barcode, address, and special markings for hazardous materials, shelf-life, and project codes. It also mentions requirements for heat-treated wood packaging material, palletization standards (MIL-STD-147), and Radio Frequency Identification (RFID).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 16, 2025
deadlineResponse DeadlineDec 22, 2025
expiryArchive DateJan 6, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)

Point of Contact

Name
NINA CROSBY

Official Sources