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
    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 The primary objective is to replace outdated components, particularly the Ballard Traction Inverter Modules, and to implement necessary service bulletins, ensuring the tractors meet operational standards.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.
    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.
    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.
    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.
    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
    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.
    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.
    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.
    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.
    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.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    Test, Teardown, Evaluation and Repair of Aircraft Jacks
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the test, teardown, evaluation, and repair of various aircraft jacks and tripods under solicitation number 70Z03826QE0000004. The procurement aims to establish a requirements contract for the overhaul of hydraulic and aircraft jacks, with a focus on ensuring compliance with OEM specifications and maintaining safety and reliability standards. These specialized jacks are critical for routine maintenance on multiple fixed-wing aircraft, and the contract is anticipated to be awarded on a sole-source basis to TRONAIR, INC., the original equipment manufacturer. Interested parties must submit their quotations by December 11, 2025, with the anticipated award date set for March 2, 2026. For further inquiries, contact William Swinson II at William.T.Swinson3@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 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.