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
    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
    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.
    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
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    MH-65 Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    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.
    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.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking qualified contractors to provide repair and major repair services for the MH-65 Hoist Control Panel. Contractors must adhere to the latest Original Equipment Manufacturer (OEM) guidelines from Breeze Eastern LLC and demonstrate their capabilities through a detailed capability statement. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's aviation assets, ensuring safety and efficiency in air transportation support activities. Interested contractors should submit their responses by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    Voice Flight Data Recorder
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, essential components for MH-60T aircraft maintenance. The procurement is intended to replace failed or damaged parts, with the requirement being fulfilled on a sole-source basis from GE Aviation Systems LLC due to their proprietary rights and the critical nature of the items. The contract is expected to be awarded on or about December 22, 2025, with a closing date for offers set for December 18, 2025, at 2:00 PM EST. Interested vendors should direct inquiries and quotations to Paige Kressley at Paige.E.Kressley@uscg.mil, ensuring compliance with all specified terms and conditions outlined in the solicitation documents.
    Mount Assy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure ten Mount Assemblies (Part Number 70203-22100-042) for MH-60T aircraft through a sole source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). These assemblies are critical for routine maintenance due to issues such as failures, corrosion, and damage, and are the only components approved by the Coast Guard's Aircraft Configuration Control Board, necessitating their unique production techniques. Interested parties may submit quotations to the primary contact, Cindy Harmes, at Cindy.K.Harmes@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil, with a deadline for submissions set for December 22, 2025, at 2:00 PM EST. The procurement is unrestricted, and the delivery is expected within 174 days after receipt of order.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    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.
    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.