TRANSMITTER, PROPELLER ORDER
ID: 70Z08026Q-AF025Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

SHIPBOARD ALARM AND SIGNAL SYSTEMS (6320)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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).
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    open inspect and report HF DGL CPLR MSR4050
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of eight HF DGL CPLR MSR4050 antenna couplers, identified by stock number 5985-01-446-1866 and part number 798012-001-001. The procurement requires that the contractor restore the items to "like new" condition, ensuring individual preservation for a minimum of two years, with delivery to the Coast Guard's Surface Force Logistics Center in Baltimore, MD. This service is critical for maintaining operational readiness and reliability of communication equipment used by the Coast Guard. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    open inspect and report POWER SUPPLY (AC/DC)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for a Power Supply (AC/DC) used on 270' Class Cutters. The procurement involves opening, inspecting, reporting, and overhauling two units of the specified power supply, with strict adherence to proprietary specifications and packaging requirements. This equipment is critical for the operational readiness of the Coast Guard's fleet, ensuring reliable power supply for various systems. Interested vendors must submit their quotes by November 24, 2025, at 9 AM Eastern Daylight Savings Time, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Repair Color Weather Radar
    Homeland Security, Department Of
    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.
    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.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    HYPRO MARINE PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 40 Rudder Angle Indicator Meters (Part Number HM1096B, NSN 6320-99-613-3759) as part of a sole source contract with HYPRO MARINE. These meters are critical components for the 47’ Motor Lifeboat, ensuring accurate rudder position readings essential for safe navigation and operation. The procurement is set aside exclusively for small businesses, with a submission deadline for quotes on December 26, 2026, at 12:00 PM EST. Interested vendors must contact Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details and to submit their offers.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    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 of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 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 after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.