Refurbishment and Conversion of MX-4 Electric Tow Tractors to Model MZ
ID: 70Z03825QE0000019Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Specialized Automotive Repair (811114)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 8:30 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the refurbishment and conversion of four MX-4 Electric Tow Tractors to Model MZ. The primary objective is to replace outdated components, particularly the Ballard Traction Inverter Modules, and to implement necessary service bulletins, ensuring the tractors meet operational standards. This procurement is crucial for maintaining the Coast Guard's aircraft movement and equipment transport capabilities. Interested parties must submit their quotations by April 25, 2025, with an anticipated award date around April 28, 2025. For further inquiries, contact Geneva James at geneva.k.james@uscg.mil.

Point(s) of Contact
Files
Title
Posted
The U.S. Coast Guard (USCG) has issued a justification for the sole-source procurement of evaluation, repair, and refurbishment services for MX-4 Electric Tow Tractors from Charlatte of America, Inc. The estimated total value falls within the Simplified Acquisition Procedures threshold. The justification is based on the urgency and the uniqueness of the services required, as Charlatte is the only authorized provider that possesses proprietary service manuals and technical data needed for the maintenance of these tractors. Market research confirms that no other company can provide the necessary services or modifications. The procurement will also allow options for additional units up to the specified quantity at the same price and conditions, to be executed within a year of the initial award. A combined synopsis/solicitation will be released to invite other potential sources to submit proposals. The contracting officer will ensure fair and reasonable pricing by comparing proposed costs with historical prices and relevant industry rates, adhering to Federal Acquisition Regulation guidelines.
Apr 24, 2025, 7:11 PM UTC
The United States Coast Guard (USCG) seeks contractor services for the evaluation and refurbishment of its TUG/TEXTRON Model MX4 electric tow tractors. The primary goal is to replace obsolete or failed Ballard Traction Inverter Modules (TIM) and to implement Service Bulletin SB-MX4-008K, converting MX4 tractors to MZ tractors. The contractor's responsibilities include removing old components, installing the new conversion package, and conducting a comprehensive assessment of the tractors for any additional repairs needed. Tasks include evaluating operational discrepancies and refurbishing key components, like brakes and wiring. An "Over and Above" pricing mechanism will be established for repairs not included in the standard package. Following refurbishment, a thorough testing phase is required to ensure all functions meet OEM standards before returning the tractors to the USCG. The contractor will document all repairs and must use OEM parts unless alternatives are approved. USCG inspections will confirm the satisfactory completion of work before payment. The project emphasizes the USCG's commitment to maintaining effective operational support for their aircraft movement and equipment transport capabilities.
Apr 9, 2025, 5:09 PM UTC
The Combined Synopsis/Solicitation 70Z03825QE0000019 outlines the terms for a federal procurement involving the refurbishment and conversion of electric tow tractors, specifically targeting Charlatte of America, Inc. as the sole source contractor. The document specifies acceptance of the order under applicable Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, requiring compliance with various representational and certification standards. The contractor is responsible for notifying the Contracting Officer of any non-conformities or changes affecting the product quality throughout the process. Quality assurance protocols include inspection and conformance with manufacturing standards, while delivery terms stipulate a 150-day timeline post-order receipt. Additionally, the document emphasizes the importance of safeguarding covered contractor information systems and prohibits the contracting of certain telecommunications equipment and services. Overall, the solicitation serves as a formal request aimed at obtaining specific refurbishment services, ensuring compliance with federal standards, and maintaining high-quality standards throughout the contract period.
Apr 24, 2025, 7:11 PM UTC
The document is a combined synopsis/solicitation (70Z03825QE0000019) regarding a federal acquisition, specifically detailing terms and conditions relevant to an order to be awarded to Charlatte of America, Inc. This solicitation emphasizes compliance with various federal regulations and defines the evaluation criteria for awarding contracts on a sole-source basis. It outlines the responsibilities of the contractor, including quality assurance, inspection, and acceptance procedures, alongside shipping and invoicing instructions. Key topics include the mandatory representations and certifications required from offerors, particularly relating to business size and ownership statuses relevant to small and disadvantaged businesses, as well as various clauses concerning procurement integrity, like prohibitions on using covered telecommunications equipment. The document also delineates the expected delivery timeline, contract management responsibilities, and specific requirements for packaging and shipping items to the U.S. Coast Guard's Aviation Logistics Center. This solicitation represents the federal government’s approach to ensuring compliance, promoting equitable business practices, and maintaining the integrity of procurement processes under government grants and contracts, reflecting best practices in federal acquisitions.
Apr 24, 2025, 7:11 PM UTC
The document titled "Wage Determination 70Z03825QE0000019" outlines the specified wage rates applicable to employees involved in government contracts. This wage determination serves as a basis for the payment of laborers and mechanics engaged in federally funded projects, ensuring compliance with the Davis-Bacon Act, which mandates prevailing wage rates. It details classifications of labor, including the required wages and fringe benefits that contractors must adhere to when bidding on federal contracts. The intent of this determination is to protect workers by guaranteeing fair compensation and to promote equitable labor standards across federal contracting. Such determinations are crucial in government RFPs and grant applications, as they set the wage framework for all parties involved and support budget preparation and contractor assessments. Overall, this document emphasizes the federal government's commitment to upholding labor standards and ensuring fair wages for employees in government-funded projects.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Overhaul of Motor, Hydraulic
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the overhaul of hydraulic motors, with a focus on commercial items as outlined in solicitation number 70Z03825QH0000060. The procurement involves an initial order of four units of hydraulic motors, with an option to increase the quantity to a maximum of eight within 365 days at the same unit price, emphasizing the importance of maintaining operational readiness for critical equipment. Interested small businesses are encouraged to submit their quotations by April 30, 2025, with the anticipated award date set for May 2, 2025; all submissions should be directed to Zachary R. Harris via email. For further details, refer to the attached documents that outline the statement of work, terms and conditions, and schedule for the procurement.
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.
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.
CGC Forward Golf Cart
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the procurement of a CGC Forward Golf Cart, which is a total small business set-aside opportunity. The requirements include a four-seat electric/battery vehicle designed to withstand all weather conditions, featuring a cargo bed for package transport, seatbelts, and a front windshield, with a charger included. This vehicle will be utilized for various operational needs within the Coast Guard, emphasizing the importance of reliable and durable transportation equipment. Interested vendors should submit a quote detailing specifications and pricing, and can reach out to primary contact Nicole DiPietro at Nicole.D.Dipietro@uscg.mil or secondary contact Kyler Madison at Kyler.D.Madison@uscg.mil for further information.
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.
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.
Test, Tear-Down, & Evaluation (TT&E) Service of Portable Maintenance Unit (PMU)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the Test, Tear-Down, and Evaluation (TT&E) Service of Portable Maintenance Unit (PMU) kits. The procurement involves three units, with a requirement for all parts to have clear traceability to the Original Equipment Manufacturer (OEM), Leonardo SPA, ensuring compliance with established quality standards. This service is critical for maintaining the operational integrity of U.S. Coast Guard aircraft, emphasizing the importance of thorough inspections and adherence to safety regulations. Interested vendors must submit their proposals by May 5, 2025, with the anticipated award date on or about May 9, 2025. For inquiries, contact Stacey M. Riggs at stacey.m.riggs@uscg.mil, referencing solicitation number 70Z03825QE0000040.