Repair Data Concent Unit
ID: 70Z03825QJ0000249Type: 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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of a Data Concent Unit, a critical component for the MH-60T aircraft. The procurement involves a combined synopsis/solicitation for commercial items, with the expectation of a firm-fixed price purchase order awarded on a sole source basis to the Original Equipment Manufacturer (OEM), SCI Technology, Inc., or an authorized repair facility. The contractor will be responsible for teardown, testing, evaluation, and repair of the unit, adhering to strict quality standards and timelines, with initial repairs anticipated to be completed within 90 days of induction. Interested vendors must submit their quotations by April 3, 2025, with the anticipated award date on or about April 4, 2025; inquiries can be directed to Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

Point(s) of Contact
MRR Procurement Mailbox
mrr-procurement@uscg.mil
Files
Title
Posted
Apr 2, 2025, 1:04 PM UTC
The document outlines a request for quotation (RFQ) regarding the teardown, test and evaluation, and repair of a Data Concent Unit (part number 5443000-001). It specifies three line items: 1) teardown and evaluation at no fault found (NFF), 2) repair, and 3) items deemed beyond economic repair (BER) that will be scrapped. The RFQ emphasizes that the estimated quantities provided are for pricing purposes, and actual amounts will be determined post-order evaluation. Vendors are also asked to confirm if they will accept the option for increased quantity within a year of award, and they must provide lead time and freight on board (FOB) information clearly. There are specific instructions for completing the form, including stating any additional costs or prompt payment discounts. Overall, the RFQ serves to establish a fair pricing framework for the repair and evaluation of the specified equipment within the bounds of federal procurement regulations.
Apr 2, 2025, 1:04 PM UTC
The document outlines the Statement of Work (SOW) for the U.S. Coast Guard (USCG) Aviation Logistics Center's requirement for the repair of components for the MH-60T aircraft. The contractor will receive specified components for testing and evaluation, determining if they are Ready for Issue (RFI) or beyond economical repair (BER), with fixed fees established for each outcome. Non-RFI components are to be repaired according to OEM specifications, with emphasis on thorough inspections, corrosion management, and adherence to quality standards including ISO 9001-2000. The contractor is responsible for obtaining necessary repair specifications and must maintain proper documentation, including a failure data report for each component repaired. Delivery timelines are specified, with test evaluations due within 15 days and repairs within 90 days of induction. The document mandates adherence to safety and tracking requirements for components, ensuring compliance with federal regulations and facilitating efficient processing and accountability for government property. This SOW provides a structured framework for the contractor to follow, aligning with government procurement practices in aircraft maintenance and repair.
This document outlines the terms and conditions applicable to an order resulting from a federal solicitation (70Z03825QJ0000249) under the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It emphasizes that acceptance of the order signifies acceptance of all stated terms, which supersede all prior agreements. Notably, the document points out that certain representations related to Affirmative Action Compliance and Contract Terms—which may be required in registrations within the System for Award Management (SAM)—will not be considered by contracting officers for decision-making purposes. Furthermore, offerors must complete specific FAR provisions regarding telecommunications and video surveillance services, while the provision for evaluating commercial items is not applicable to this solicitation. The order is anticipated to be awarded on a sole-source basis to SCI, indicating a streamlined award process. Overall, the document serves to communicate compliance requirements and procedural instructions for potential offerors in relation to government contracting.
The file "Attachment 5 - Wage Determination Alabama" outlines specific wage determinations relevant to federal contracts in Alabama, aiming to ensure fair compensation for workers employed on federally funded projects. It provides detailed wage rates for various job classifications, including laborers and mechanics, and emphasizes compliance with the Davis-Bacon Act, which mandates federal contract workers to receive prevailing wages. The document also includes additional benefits, such as health insurance and retirement plan contributions, which employers must adhere to in meeting these compensation requirements. This wage determination is critical for contractors and subcontractors to understand their payroll obligations, facilitating adherence to federal labor laws and promoting fair labor practices within the state. The emphasis on transparency and equitable treatment in wage distribution underscores the federal government’s commitment to worker rights and fair employment practices.
Lifecycle
Title
Type
Repair Data Concent Unit
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
Logic Unit and Antenna Repairs
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 Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
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.
MH-65 SPARE PARTS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement and repair of MH-65 spare parts, particularly focusing on regulating valves (NSN 4820-14-448-7666). The contract will involve the repair of up to 15 units, including testing and evaluation of items deemed Beyond Economical Repair (BER), with a firm-fixed price arrangement anticipated. This procurement is crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring that all components meet stringent quality and safety standards. Interested vendors must submit their quotes by April 28, 2025, at 10:00 AM EDT, and direct inquiries to Raymond V. Marler at raymond.v.marler@uscg.mil, referencing solicitation number 70Z03825QB0000072.
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 quantity to four units within one year of the initial award. This procurement is critical for maintaining the operational readiness of aircraft components, as the CNIS Processors are essential for air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, with the anticipated award date around March 4, 2025. For further inquiries, vendors can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil.
Repair of High-Speed Shaft Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement aims to ensure that these critical aviation components are inspected, repaired, and certified in accordance with Original Equipment Manufacturer (OEM) specifications and FAA standards, thereby maintaining operational readiness for U.S. Coast Guard missions. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding five years, including one base year and four option years. Interested contractors must submit their quotations by May 22, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
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.
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.
Repair Beam Axle Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for Beam Axle Assemblies as part of a combined synopsis/solicitation. The procurement involves the testing, evaluation, and repair of components for the MH-60T aircraft, ensuring compliance with original equipment manufacturer (OEM) specifications and airworthiness standards. This opportunity is critical for maintaining operational readiness and safety within the Coast Guard's aviation operations. Interested contractors must submit their quotations by April 28, 2025, with the anticipated award date around April 30, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Repair of EGI Computers for the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for EGI Computers used in the HC-27J Aircraft. The procurement involves the repair of three specific parts, requiring compliance with Original Equipment Manufacturer (OEM) standards and FAA certification, with a focus on ensuring airworthiness and safety in aircraft maintenance. This opportunity is critical for maintaining operational readiness and safety standards within the Coast Guard's aviation fleet. Interested vendors must submit their quotations by April 30, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QW0000067.