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
    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.
    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
    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/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.
    open inspect and report
    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 of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. 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.
    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.
    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.
    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.
    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.
    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.
    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.
    Procurement of Propeller Assemblies, Spare Parts and Components
    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 propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.