Repair of POWER SUPPLY
ID: 70Z03825QH0000063Type: Combined Synopsis/Solicitation
AwardedApr 18, 2025
$29.7K$29,680
AwardeeSHERWOOD AVIONICS AND ACCESSORIES, INC. Opa Locka FL 33054 USA
Award #:70Z03825PC0000122
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 (USCG), is seeking quotations for the repair of a power supply, identified by National Stock Number (NSN) 6130-01-290-7512 and part number 8-ES-003-417-00. The procurement involves an initial order of four units, with an option to increase the quantity by an additional four units within 365 days of the award date, ensuring operational readiness for aviation logistics. This opportunity is crucial for maintaining the functionality of aircraft components and accessories, reflecting the USCG's commitment to effective air transportation support. Interested vendors must submit their quotations by April 18, 2025, at 10:00 AM Eastern Standard Time, and can direct inquiries to Angela L. Watts at Angela.L.Watts@uscg.mil or D05-SMB-LRS-Procurement@uscg.mil.

    Point(s) of Contact
    D05-SMB-LRS-Procurement@uscg.mil
    D05-SMB-LRS-Procurement@uscg.mil
    Files
    Title
    Posted
    The document titled "Attachment 1 - Statement of Work - 70Z03825QH0000063" outlines the requirements and expectations for a federal project under an unspecified Request for Proposal (RFP). The primary focus is on the deliverables and tasks to be undertaken by the awarded contractor. Key components include the identification of project objectives, timelines, and essential resources necessary for successful completion. The document emphasizes adherence to regulatory standards, quality assurance protocols, and safety measures throughout the project lifecycle. Additionally, it indicates the need for collaboration with federal agencies and other stakeholders to ensure compliance and effective execution. The thorough description of responsibilities underlines the government’s commitment to transparency and accountability in the procurement process, solidifying its intent to achieve project goals efficiently while maintaining high standards. In essence, this Statement of Work serves as a crucial guideline for potential bidders, aligning project execution with governmental expectations and requirements.
    The document outlines the terms and conditions applicable to a federal solicitation issued by the U.S. Coast Guard for the procurement of commercial products and services, specifically focusing on aviation-related components. Key evaluation criteria for bids include pricing, technical acceptability, and compliance with specific documentation requirements, such as Airworthiness Certification. The contract mandates that bidders demonstrate access to necessary technical data and certification of repair facilities, whether FAA, OEM, or DoD certified. A thorough Quality Assurance system is emphasized, along with the need for precise packaging, labeling, and traceability of delivered items. Bidders must follow strict protocols regarding subcontractors and supply chain management, as well as regulations related to environmental and labor standards. Payment and invoicing processes are also specified to facilitate timely transactions. This document serves as a crucial guide for contractors in submitting compliant and competitive offers for government contracts related to aviation logistics and repairs, reinforcing adherence to federal acquisition regulations while promoting safety and quality assurance in service delivery.
    The document outlines a Request for Proposal (RFP) from the U.S. Coast Guard (USCG) for the repair of a specific power supply with the National Stock Number (NSN) 6130-01-290-7512 and part number 8-ES-003-417-00. The USCG is seeking proposals for four units initially, with an option to increase the order by an additional four units within 365 days of the award date, as per FAR 52.217-6. The total quotation must consider any additional charges or discounts, which should be clearly stated in the bid. The document instructs bidders to complete only the specified sections and to reach out to designated contacts for any clarifications. Overall, the RFP emphasizes compliance with federal guidelines and allows for a potential increase in order quantity based on the requirements of the USCG, ensuring operational readiness and logistical support.
    Attachment 4 provides wage determinations pertinent to Request for Proposals (RFPs) referenced as 70Z03825QH0000063. The document details wage rates, classifications, and labor standards required for contractors and subcontractors involved in federal projects. It outlines specific wage requirements for various occupations, ensuring compliance with the Davis-Bacon Act. This act mandates that laborers and mechanics on federal government construction projects be paid at least the locally prevailing wages and benefits, bolstering labor rights and fair compensation in federally funded projects. The attachment serves as a crucial reference for agencies and contractors to adhere to federal wage standards and avoid potential legal repercussions. Overall, it emphasizes the federal government’s obligation to promote fair labor practices within its contracting process while reinforcing the importance of compliance with established wage regulations in public works projects.
    Lifecycle
    Title
    Type
    Repair of POWER SUPPLY
    Currently viewing
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    STARTER, MOTOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of six motor starters (NSN 6110-01-452-4963, Part W200M5CFC) through Request for Quote (RFQ) 70Z08526Q30002B00. This procurement is critical for maintaining operational readiness and functionality of motor vehicle electrical systems within the Coast Guard fleet. Vendors must ensure compliance with strict packaging and labeling requirements, deliver to Baltimore, MD, and submit their quotes by December 18, 2025, at 1 PM EST, with a required delivery date of January 18, 2025. Interested parties should contact Christopher Huertas-Rolon at Christopher.A.Huertas-Rolon@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further details.
    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.
    Controller W, AIRPR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    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.
    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.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a power supply, specifically NSN 6130012926971, with a requirement for four units to be delivered to DLA Distribution Cherry Point within 180 days after order. This procurement is critical for ensuring the operational readiness of military equipment that relies on reliable power supply systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.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.
    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.