Repair of EGI Computers for the HC-27J Aircraft
ID: 70Z03825QW0000060Type: 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)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Mar 31, 2025, 8:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 4:04 PM UTC
The document is a federal solicitation (70Z03825QW0000060) detailing the terms and requirements for offers related to the procurement of services and goods compliant with Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It outlines mandatory representations and certifications concerning telecommunications equipment, small business designations, and compliance with ethical standards. Offerors must submit proposals via email, hold prices for 60 days, and provide thorough documentation regarding product warranties and certifications, including FAA certification for technical acceptability. The solicitation emphasizes prohibitions against contracting with entities using covered telecommunications equipment as defined by the John S. McCain NDAA. It establishes clear evaluation criteria, prioritizing technical capability and the lowest price while also supporting small and disadvantaged businesses. The document encapsulates a comprehensive regulatory framework guiding federal procurement, reflecting the government’s commitment to transparency, compliance, and responsible business practices in contracting.
Mar 24, 2025, 4:04 PM UTC
The Statement of Work (SOW) outlines the requirements for contracting repair services for aircraft components for the United States Coast Guard. Vendors must be Original Equipment Manufacturers (OEM), OEM Authorized Repair Centers, or FAA Certified 145 Repair Centers, with proven documentation of compliance with OEM specifications. The scope includes detailed inspection, repair, and overhaul processes, adhering to specific maintenance manuals and service bulletins. Key responsibilities involve managing component condition, including thorough inspections for corrosion and providing detailed Teardown and Inspection Reports with part specifications and costs. Contractors must maintain strict adherence to packaging, preservation, and shipping regulations to avoid damage during transit and ensure airworthiness compliance. Each repaired component requires certification confirming it meets safety and operational standards, including proper documentation for traceability. The turnaround time for repairs is limited to 120 days, with the Coast Guard reserving the right to refuse parts deemed Beyond Economical Repair. Overall, the SOW establishes a comprehensive framework aimed at ensuring the safety, efficiency, and reliability of the Coast Guard's aviation operations through regulated maintenance and repair processes.
Mar 24, 2025, 4:04 PM UTC
The document outlines the Wage Determination No. 2015-4571 under the Service Contract Act, detailing wage and benefit requirements for federal contractors operating in specified Florida counties. It specifies that contracts awarded on or after January 30, 2022, mandate a minimum wage of at least $17.75 per hour or the higher applicable rate, while those from January 1, 2015, to January 29, 2022, require $13.30 per hour for covered workers. The document also lists various job classifications, their corresponding hourly wages, and associated fringe benefits, such as health and welfare payments and vacation days. Furthermore, guidelines for paid sick leave and the process for classifying additional roles under this wage determination are included, emphasizing compliance with federal mandates affecting contractor responsibilities. The directive is part of ensuring fair labor practices and compensation within federal contracts, particularly focusing on worker protections and applicable wage rates. Observing these regulations is critical for contractors to maintain eligibility for federal funding and to comply with labor standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair Inertial EMB.GPS for the Support of the HC-144 Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to repair two Inertial EMB.GPS units to support the HC-144 aircraft. The procurement requires that the contractor be FAA 145 certified and capable of performing at least 50% of the work at their FAA certified facility, ensuring compliance with all relevant safety and operational standards. This repair is critical for maintaining the operational readiness and safety of Coast Guard aircraft, with the anticipated award being a Sole Source Purchase Order to Honeywell International Inc., due to their unique access to proprietary technical data. Interested vendors must submit their capability information by April 3, 2025, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.
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 Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
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.
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.
Overhaul/Repair of Actuators.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the overhaul and repair of actuators and their components used in the HC-27J and HC-144 aircraft. The procurement requires vendors to be FAA 145 certified and capable of performing at least 50% of the work at their certified facilities, with a focus on adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military aircraft, ensuring that all components meet stringent airworthiness standards. Interested vendors must submit their proposals by March 12, 2025, at 12:00 PM EST, and can contact Logan J. Brown at Logan.J.Brown3@uscg.mil for further information regarding the solicitation number 70Z03825RW0000001.
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.
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.
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.
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.