Repair of APU Gen Control Unit
ID: 70Z03825QH0000030Type: 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)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Feb 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 4:00 PM UTC
Description

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.

Point(s) of Contact
D05-SMB-LRS-Procurement@uscg.mil
D05-SMB-LRS-Procurement@uscg.mil
Files
Title
Posted
The document outlines Amendment 1 to the Terms and Conditions for a federal solicitation (70Z03825QH0000030) governed by the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It specifies the requirements for vendors responding to a sole source procurement primarily with GE Aviation - Ohio. Key elements include instructions for completing required provisions, evaluation criteria which omit the typical commercial item evaluation due to the sole source nature, and stipulations for pricing and technical acceptability. Vendors must demonstrate access to necessary technical directives, provide airworthiness certifications for overhauled items, and confirm their status as Original Equipment Manufacturers (OEMs). The document emphasizes strict compliance with quality control and safety standards for components that will interact with Coast Guard aircraft, including required documentation such as Certificates of Airworthiness and Certificates of Conformance. Additionally, it details requirements for payment procedures and outlines the obligation of contractors to report any non-conformities and ensure proper traceability of parts delivered. The document serves to guide vendors through the procurement process while ensuring adherence to federal regulations and safety protocols fundamental to government contracts.
The document is a Statement of Work (SOW) related to federal procurement under reference number 70Z03825QH0000030. It outlines the essential tasks and responsibilities required for a specific federal project. The SOW emphasizes compliance with federal regulations and identifies the scope of services expected from contractors, including timelines, performance specifications, and quality assurance measures. The document specifies deliverables, milestones, and reporting requirements to ensure accountability and transparency throughout the project's duration. It highlights the importance of adhering to safety standards and operational protocols. Overall, this SOW serves as a foundational guideline for potential bidders, clarifying the expectations and objectives for successful project execution within the framework of government contracting.
The document presents the terms and conditions for a federal Request for Proposals (RFP) related to a procurement order, specifically addressing acquisition procedures and requirements for a sole source award to GE Aviation - Ohio. Essential elements include compliance with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR), which set forth guidelines on offeror representations, pricing, technical acceptability, and documentation requirements. Proposals must include details on telecommunications representations, airworthiness certification for overhauled items, original equipment manufacturer (OEM) confirmations, and a list of subcontractors. The evaluation will focus on ensuring that the lowest price bid meets technical standards. Specifications for purchase order execution cover shipping and inspection requirements, necessitating traceability and compliance with best packaging practices. Quality assurance protocols demand immediate reporting of defects and adherence to non-conformance processes. Payment instructions stipulate electronic invoicing and contractor obligations regarding documentation. Ultimately, this RFP aims to ensure procurement integrity while fostering compliance with security and operational standards essential for U.S. Coast Guard aviation operations.
Mar 20, 2025, 7:05 PM UTC
This document outlines a federal request for proposals (RFP) from the United States Coast Guard (USCG) for the repair and potential purchase of auxiliary power unit (APU) generator control units, specifically part number 697856-3, with the corresponding National Stock Number (NSN) 6110-01-452-2467. The USCG seeks quotations for four units, with an option to increase the quantity by an additional four units at the same price within a year of the initial award. The document specifies that the total quotation must include any additional charges or discounts provided by the service provider. Instructions are provided for completing the quotation form, which requires filling in designated fields and reaching out to specific contacts for assistance. The RFP emphasizes compliance with the Federal Acquisition Regulation (FAR) regarding contract terms and pricing structures. Overall, the focus is on sourcing repair services and potentially purchasing generator units to maintain operational readiness.
The attachment titled "Wage Determination (Ohio) - 70Z03825QH0000030" serves as a crucial document within federal government processes, focusing on wage standards applicable to specific contracts in Ohio. This wage determination outlines the minimum compensation requirements for various job classifications engaged in government projects, ensuring fair pay for laborers in accordance with federal regulations. By listing different positions along with their corresponding wage rates and benefits, it facilitates compliance during the bidding and execution phases of federal grants and RFPs. The document emphasizes the importance of adhering to these wage standards to avoid violations and ensure equitable treatment of workers. Overall, this wage determination underlines government commitment to fostering labor equity while regulating employment practices on federally funded projects in Ohio.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair of POWER SUPPLY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide repair services for power supply units under solicitation number 70Z03825QH0000034. The procurement aims to acquire four units of the power supply, with an option to increase the quantity by an additional four units within one year, ensuring operational readiness for USCG aviation logistics. This contract emphasizes compliance with federal regulations, including quality assurance and technical acceptability, and requires bidders to demonstrate access to necessary technical directives and certifications. Interested parties must submit their quotations by April 3, 2025, with the anticipated award date on or about April 9, 2025. For further inquiries, bidders can contact Angela L. Watts at Angela.L.Watts@uscg.mil.
Repair of APU for HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair and overhaul services for the Auxiliary Power Unit (APU) of the HC-27J aircraft. The procurement requires contractors to be either the Original Equipment Manufacturer (OEM), an authorized repair center, or an FAA Certified 145 Repair Center, with strict adherence to quality standards and documentation requirements. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation components, ensuring compliance with federal regulations and environmental health standards. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which emphasizes regulatory compliance and ethical business practices in federal contracting.
JETS 15 MD-D ASSY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 12 units of the JETS 15 MD-D Assembly, which includes a vacuum pump and motor from B.V. Technisch Bureau Uittenbogaart. The items must be individually packaged according to strict military standards to prevent damage during transport, and all packages must be clearly marked with relevant information, including the Purchase Order number and stock details. This procurement is critical for maintaining the operational readiness of the Coast Guard's logistics capabilities, and the contract will be awarded based on the lowest price technically acceptable. Interested vendors must submit their quotations by March 13, 2023, at 10:00 AM EST, and should direct any inquiries to Yvette R. Johnson at YVETTE.R.JOHNSON@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.
OPEN, INSPECT AND REPORT CONTROL INDICATOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and possible overhaul of control indicators, as outlined in solicitation number 70Z04024QAG163. The procurement involves two units of a control indicator manufactured by Rolls Royce Solutions GmbH, which are critical components for the U.S. Coast Guard's Medium Endurance Product Line. Interested vendors must ensure compliance with specific packaging and marking requirements, including adherence to ASTM D-3951 standards, and submit their quotes by April 3, 2025, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
Rotor Assembly, Disc
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Rotor Assembly, Disc units, essential components for their aviation operations. This solicitation, identified by RFQ number 70Z03825QJ0000241, requires that all parts be new and traceable to the Original Equipment Manufacturer, Meggit Aircraft Braking Systems, ensuring compliance with airworthiness standards for installation on U.S. Coast Guard aircraft. Interested vendors must submit their offers by March 31, 2025, at 2:00 PM Eastern Time, with the anticipated award date around April 3, 2025. For further inquiries, vendors can contact Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
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 order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.
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) specifications and FAA 145 certification for vendors, ensuring adherence to safety and operational standards. This opportunity is critical for maintaining the operational readiness and reliability of the Coast Guard's aviation capabilities. Interested parties must submit their quotations by March 31, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil.
Modern Signal Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of five Modern Signal Processors under solicitation number 70Z03825QJ0000213. The requirement emphasizes the need for items that have clear traceability to the Original Equipment Manufacturer, Honeywell International Inc., and mandates the submission of a Certificate of Conformance (COC) to ensure compliance with federal regulations. This procurement is crucial for maintaining operational capabilities within the Coast Guard's aviation sector, with a closing date for offers set for April 4, 2025, at 2:00 PM EDT, and an anticipated award date around April 13, 2025. Interested vendors should direct their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring to reference the solicitation number in their correspondence.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total required quantity of four units for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to the designated contacts, Ashley R. Winslow and the MRR Procurement Mailbox, by April 3, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.