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 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.
Repair Receiver-Transmitter Radio and Antenna Radar Meteo for the Support of the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair one Receiver-Transmitter Radio and one Antenna Radar Meteo to support the HC-27J Aircraft. The procurement requires that all repairs be conducted in accordance with Original Equipment Manufacturer (OEM) specifications, and only vendors who are FAA 145 certified and have the necessary capabilities will be considered for this contract. This equipment is critical for the operational readiness and safety of Coast Guard aviation operations. Interested vendors must submit their capability information by April 10, 2025, at 4:00 PM EST, and should direct inquiries to Allison T. Meads at allison.t.meads@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.
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.
FDVS IMAGING SYS, MULTI-MODE Open, Inspect and Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for the FDVS Imaging System, Multi-Mode (Part Number: WM-300A). The procurement involves opening, inspecting, reporting, and overhauling two units of this imaging system, which is critical for the Coast Guard's operational capabilities. The contractor must ensure that all items are delivered by July 12, 2025, in compliance with strict packaging and inspection requirements, and the total cost for the overhaul is capped at $9,200. Interested vendors should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details and must be registered in the System for Award Management (SAM) prior to submitting their quotes.
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 IMU, CALIBRATED
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of two Inertial Measurement Units (IMUs), identified by stock number 6605-01-523-8655 and part number 1982418, manufactured by Northrop Grumman Systems. The procurement requires adherence to strict specifications for electronic equipment repairs, including compliance with military packaging and marking standards, ensuring that each unit is preserved for a minimum of two years and packaged securely for transport. This equipment is critical for the operational capabilities of Coast Guard vessels, particularly the MK39 Mod 3A Gyrocompass Inertial Navigation System. Interested contractors must submit their quotes by the deadline, with delivery expected no later than July 12, 2025, to the U.S. Coast Guard's Surface Force Logistics Center in Baltimore, MD. For inquiries, contact Eric Goldstein at Eric.I.Goldstein@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.
MH-65 Spare Parts
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of MH-65 Spare Parts, focusing on Night Vision Imaging System (NVIS) compatible LED indicators and components for the MH-65E helicopter. The primary objective is to replace outdated incandescent lights with new LED indicators that comply with military and FAA standards for airworthiness and flight safety, ensuring minimal modifications to existing aircraft systems. This procurement is critical for enhancing operational capabilities while adhering to stringent government regulations and quality assurance measures. Interested vendors must submit their quotations by April 7, 2025, at 12:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil or Mary Elaina Price at elaina.m.price@uscg.mil.