Repair of POWER SUPPLY
ID: 70Z03825QH0000050Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide repair services for power supply units under solicitation number 70Z03825QH0000034. The procurement aims to acquire four units of the power supply, with an option to increase the quantity by an additional four units within one year, ensuring operational readiness for USCG aviation logistics. This contract emphasizes compliance with federal regulations, including quality assurance and technical acceptability, and requires bidders to demonstrate access to necessary technical directives and certifications. Interested parties must submit their quotations by April 3, 2025, with the anticipated award date on or about April 9, 2025. For further inquiries, bidders can contact Angela L. Watts at Angela.L.Watts@uscg.mil.

Point(s) of Contact
D05-SMB-LRS-Procurement@uscg.mil
D05-SMB-LRS-Procurement@uscg.mil
Files
Title
Posted
The Statement of Work (SOW) for solicitation number 70Z03825QH0000050 outlines the requirements for a government contract. The purpose is to procure services that meet specific operational needs, ensuring compliance with federal regulations. Key elements include a description of the tasks set to be performed, the standards expected from the contractor, and the timeline for project completion. The document provides a detailed framework regarding deliverables, performance measures, and reporting requirements. Furthermore, it emphasizes the importance of quality assurance and the contractor's responsibility in meeting the prescribed benchmarks. The SOW serves as a foundational agreement guiding future interactions and assessments throughout the contract duration, emphasizing transparency, accountability, and the optimal allocation of resources in fulfilling government operations.
Mar 27, 2025, 3:05 PM UTC
This document outlines the terms and conditions for a federal solicitation (70Z03825QH0000050), specifically concerning the repair services for components utilized by the U.S. Coast Guard (USCG). A primary focus is the completion of required Federal Acquisition Regulation (FAR) provisions, highlighting the need for technical acceptability and a firm-fixed price quote, evaluated based on competitive bids. Offerors must demonstrate access to technical directives and provide airworthiness certification for the repaired items. Critical to selection is the contractor's certification status, ensuring compliance with FAA, OEM, or DoD standards. The document mandates quality assurance measures, detailing requirements for inspection and acceptance of items, as well as strict adherence to packaging and delivery protocols. Additionally, it emphasizes the importance of transparency regarding subcontractors and includes numerous representations and certifications that address compliance with federal regulations, including anti-trafficking and employment law requirements. This solicitation highlights the government's commitment to selecting contractors who meet rigorous safety and operational standards essential for supporting USCG aviation logistics.
Mar 27, 2025, 3:05 PM UTC
The document outlines a federal request for proposal (RFP) from the United States Coast Guard (USCG) for the repair and potential replacement of power supplies, specifically the NSN 6130-01-290-7512 with part number 8-ES-003-417-00. The USCG intends to order four units initially, with an option under FAR 52.217-6 to increase the quantity by an additional four units within a year of the contract award. The pricing details provided show a unit price of $0.00, with the estimated total amount left to be determined for replacements deemed beyond economic repair or categorized as "no fault found." Bidders are instructed to complete the necessary sections of the quote worksheet and to report any additional charges or fees. Contact information is provided for questions regarding the proposal. This RFP emphasizes the USCG's intent to ensure functional power supply units while allowing for flexibility in quantity adjustments post-award.
The document titled "Attachment 4 - Wage Determinations - 70Z03825QH0000050" focuses on the wage determinations relevant to a specific federal contract. It outlines the wage rates and labor classifications applicable to the project, ensuring compliance with federal labor laws and regulations. The primary purpose of these determinations is to establish the minimum wages that contractors must pay their employees when performing work on government contracts. The attachment likely includes a detailed list of job titles, corresponding wage rates, and classifications, which is crucial for contractors to adhere to when responding to Requests for Proposals (RFPs) or when applying for federal grants. This aligns with the federal government's commitment to safeguarding labor rights and ensuring fair compensation for workers involved in federal projects, thereby supporting local economies. Overall, the document serves as a vital reference for contractors and government agencies alike, emphasizing the importance of proper wage standards in maintaining a fair and ethical contracting process under federal guidelines.
Lifecycle
Title
Type
Repair of POWER SUPPLY
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
Repair of CNIS Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.
Modern Signal Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of five Modern Signal Processors under solicitation number 70Z03825QJ0000213. The requirement emphasizes the need for items that have clear traceability to the Original Equipment Manufacturer, Honeywell International Inc., and mandates the submission of a Certificate of Conformance (COC) to ensure compliance with federal regulations. This procurement is crucial for maintaining operational capabilities within the Coast Guard's aviation sector, with a closing date for offers set for April 4, 2025, at 2:00 PM EDT, and an anticipated award date around April 13, 2025. Interested vendors should direct their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring to reference the solicitation number in their correspondence.
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.
Electrical Hardware and Supplies
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide a range of electrical hardware and supplies through a combined synopsis/solicitation. The procurement includes various items such as end stops, DIN rails, legend plates, contactors, and fuses, which are essential for maintaining and upgrading electrical systems within the Coast Guard's operations. This opportunity is set aside for small businesses, and all quotations must be submitted by vendors with an active SAM.Gov registration. Interested parties should direct inquiries to Erica Gibbs at erica.l.gibbs@uscg.mil, with all deliveries required by April 30, 2025, to the specified address in Baltimore, MD.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
ESIS New Buy
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of ESIS GH-4001 units under the solicitation number 70Z03825RJ0000004. This opportunity involves the purchase of specialized commercial products and services, with a focus on ensuring compliance with federal regulations and promoting fair competition within the industry. The selected contractor will be required to meet specific technical and delivery requirements, with evaluations based on technical acceptability, past performance, and pricing. Interested parties should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must submit their proposals in accordance with the outlined terms and conditions by the specified deadlines.
OPEN, INSPECT AND REPORT CONTROL INDICATOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and possible overhaul of control indicators, as outlined in solicitation number 70Z04024QAG163. The procurement involves two units of a control indicator manufactured by Rolls Royce Solutions GmbH, which are critical components for the U.S. Coast Guard's Medium Endurance Product Line. Interested vendors must ensure compliance with specific packaging and marking requirements, including adherence to ASTM D-3951 standards, and submit their quotes by April 3, 2025, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
JETS 15 MD-D ASSY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 12 units of the JETS 15 MD-D Assembly, which includes a vacuum pump and motor from B.V. Technisch Bureau Uittenbogaart. The items must be individually packaged according to strict military standards to prevent damage during transport, and all packages must be clearly marked with relevant information, including the Purchase Order number and stock details. This procurement is critical for maintaining the operational readiness of the Coast Guard's logistics capabilities, and the contract will be awarded based on the lowest price technically acceptable. Interested vendors must submit their quotations by March 13, 2023, at 10:00 AM EST, and should direct any inquiries to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.