Dehumidifying Carts Repairs
ID: 70Z03826QE0000008Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two Logis-Tech, Inc. MDU-300 Mobile Dehumidification Carts, which are critical for maintaining humidity control around aircraft systems to prevent corrosion. The procurement involves a firm-fixed-price contract for troubleshooting, evaluation, and repair services, with all work required to meet OEM specifications and utilize OEM or equivalent parts. Interested vendors must submit their proposals by December 19, 2025, at 8:00 a.m. Eastern Time, and can direct inquiries to William Swinson II at William.T.Swinson3@uscg.mil. The anticipated award will be made on a sole source basis to Logis-Tech, Inc., as they are the OEM and possess the necessary technical data rights.

    Point(s) of Contact
    William Swinson II
    William.T.Swinson3@uscg.mil
    Files
    Title
    Posted
    The document, Attachment 1 - Schedule - 70Z03826QE0000008, outlines a request for quotation for the test, teardown, evaluation, and repair of two 300SCF Dehumidifier Carts (Part Number: MDU300, NSN: 1730-01-HS2-9649) with serial numbers MDU-0173 and MDU-0163. The contractor is required to provide a firm-fixed-price inclusive of shipping, labor, and materials for the listed repairs. Instructions specify that vendors should fill in only the yellow boxes, and provide lead time and F.O.B. information. They must also clearly state any additional charges, fees, or prompt payment discounts. Questions regarding the worksheet should be directed to William.T.Swinson3@uscg.mil.
    The U.S. Coast Guard (USCG) requires troubleshooting, evaluation, and repair services for two Logis-Tech, Inc. MDU-300 Mobile Dehumidification Carts (SN: MDU-0173 and MDU-0163). The Statement of Work (SOW) outlines a phased approach where the Original Equipment Manufacturer (OEM) will first perform a Troubleshooting and Evaluation (T&E) of the units to identify discrepancies and propose repair actions. These proposed repairs, including detailed descriptions, cost breakdowns, and labor hours, must be submitted to the Contracting Officer (KO) for review and authorization. Only upon receiving a funded written contract modification from the KO can the OEM proceed with the approved repair actions. The SOW emphasizes that all repairs must meet OEM specifications and use OEM or equivalent parts, adhering to all applicable federal, state, and local laws for HVAC and moisture control. Post-repair, the OEM is required to conduct extensive operational and functional testing to ensure the units meet OEM specifications and are fully operational. All inspections, testing procedures, and repair actions must be formally documented for quality assurance. Government acceptance will be performed by ALC's Quality Assurance (QA) personnel, who will visually inspect the MDU carts and review documentation to confirm that all funded actions have been completed to satisfaction before final payment is authorized. The ultimate objective is to return both MDU carts to a fully operational and serviceable condition, extending their life expectancy.
    This government solicitation (70Z03826QE0000008) outlines comprehensive terms and conditions for federal acquisitions of commercial items, particularly for orders affecting USCG aircraft. It details offer submission requirements, including solicitation number, offeror information, and agreement with terms. The document specifies a 60-day acceptance period for offers and rules regarding late submissions and withdrawals. Contract awards are anticipated without discussions, though the government reserves the right to hold them. Post-award debriefings will cover evaluation weaknesses, pricing, technical ratings, and award rationale. The solicitation also incorporates numerous FAR and HSAR clauses by reference, addressing topics such as security prohibitions, exclusions (e.g., covered telecommunications equipment, Kaspersky Lab products, unmanned aircraft systems from certain foreign entities, and restricted business operations in Sudan and Iran), quality assurance, packaging, shipping, inspection, acceptance, and invoicing procedures, including
    The U.S. Coast Guard is seeking to award a sole source purchase order to Logis-Tech, Inc. for the evaluation and repair of two Mobile Aircraft Dehumidification Carts. This justification for other than full and open competition is based on the rationale that Logis-Tech, Inc. is the Original Equipment Manufacturer (OEM) and owns all rights to the technical data, specifications, and drawings for these highly specialized items. The government does not possess or own the necessary technical data rights, nor has it developed the data for reverse engineering, deeming it uneconomical to acquire or develop them. The dehumidification carts are essential for maintaining stable humidity around aircraft systems to prevent corrosion. Market research indicates no other reasonably available sources, and a combined synopsis/solicitation will be posted on sam.gov for all responsible sources to submit capability statements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair EGI 764+429+JAIC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is soliciting quotations for the repair of six EGI 764+429+JAIC components, critical for the MH-60T aircraft. The procurement requires that all repairs be conducted by Honeywell International or an authorized repair facility, ensuring compliance with airworthiness standards and the provision of necessary certifications. This opportunity is vital for maintaining operational readiness and reliability of the Coast Guard's aviation assets. Interested vendors must submit their quotations by December 19, 2025, at 2:00 p.m. Eastern Time, with anticipated award notification on or about December 22, 2025. For inquiries, contact Michelle R. Monds at Michelle.R.Monds@uscg.mil.
    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.
    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.
    Repair of Ice Detector for the HC-27J Aircraft.
    Homeland Security, Department Of
    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.
    TRANSMITTER, PROPELLER ORDER
    Homeland Security, Department Of
    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.
    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.
    Temporary Dehumidification System w/ Inline Heaters_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters, designated under solicitation number N3904026Q3088. This system is intended to provide dry and tempered process air for various industrial applications at the New London Subbase in Groton, Connecticut, and includes a Desiccant Climate Control Unit (DCCU) with a capacity of 5,000 CFM, along with necessary heating and ductwork. The procurement is critical for maintaining operational efficiency in environments requiring moisture control, with proposals due by December 22, 2025, at 5:00 PM EST, and must be submitted via email to Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil. Vendors are required to be registered in SAM.gov, and the contract will be awarded based on the lowest-priced technically acceptable offer, evaluated on technical compliance, price, and past performance.
    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.
    Terminal, Ventilation Duct
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.