Repair of Lock Assy, Pallet
ID: 70Z03825QH0000113Type: 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
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for the Lock Assembly, Pallet, as part of a combined synopsis/solicitation. The procurement involves restoring HC-130J aircraft components to a ready-for-issue condition, requiring contractors to supply all necessary parts, labor, and materials, while adhering to specific certification requirements. This opportunity is critical for maintaining aircraft availability for essential missions, with a closing date for quotations set for August 19, 2025, at 2:00 PM EDT. Interested parties should submit their offers via email to Kiley Brown at Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, referencing the solicitation number 70Z03825QH0000113.

    Point(s) of Contact
    D05-SMB-LRS-Procurement@uscg.mil
    D05-SMB-LRS-Procurement@uscg.mil
    Files
    Title
    Posted
    This document, Attachment 1 - SCHEDULE - 70Z03825QH0000113, is a schedule outlining repair services for "Lock Assy, Pallet" with NSN 1670-01-483-3166 and Part Number 3338700-6. It is likely part of a federal government Request for Proposal (RFP) or a similar procurement document. The schedule details three line items: repair of 4 units, "No Fault Found (NFF)" services for a TBD quantity, and "Beyond Economic Repair / Scrap" services for a TBD quantity. All items are listed with a unit price and estimated amount of $0.00, indicating that vendors are expected to fill in their pricing. The document instructs vendors to complete only the yellow boxes, with other numbers automatically calculated. It also advises vendors to clearly state any additional charges, fees, or prompt payment discounts. Contact information for inquiries is provided. This schedule serves as a template for vendors to submit their quotations for the specified repair services.
    This government file, "ATTACHMENT 2 - TERMS AND CONDITIONS 70Z03825QH0000113," outlines the terms, conditions, clauses, and provisions applicable to orders resulting from a solicitation, particularly for repair services on USCG aircraft components. It details evaluation criteria, emphasizing lowest price and technical acceptability. Technical acceptability requires contractors to have access to technical directives, provide airworthiness certifications (FAA 8130 or equivalent), and be certified as an FAA, OEM, DoD, or USCG repair facility. The document also specifies requirements for subcontractor qualifications, quality assurance systems, and outlines documentation needed for delivery and payment, including Material Inspection and Receiving Reports and Certificates of Conformance. It incorporates various FAR clauses and provisions, covering topics like offeror representations (e.g., small business, Buy American, responsibility matters, child labor, restricted business operations in Sudan and Iran), and general contract terms related to shipping, inspection, and quality control.
    The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) requires repair services for HC-130J aircraft components to maintain a ready-for-issue (RFI) inventory for depot-level maintenance and field units. This Statement of Work (SOW) outlines the need for contractors to supply all parts, labor, and materials to restore components to RFI condition, excluding service bulletin incorporation or unusual damage repairs. Contractors must be FAA, OEM, DoD, or USCG certified, or an OEM Certified Distributor, and provide documentation of their certification. Subcontractors must also meet these certification requirements, and any changes in certification status or subcontractor use must be immediately reported to the USCG, as this may lead to contract termination. The objective is to ensure aircraft availability for critical congressionally mandated missions.
    This government file, "REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT," details prevailing wage rates and labor standards for service contracts in Cook, Du Page, and McHenry Counties, Illinois. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award/renewal date. The document, issued by the U.S. Department of Labor, Wage and Hour Division, includes Wage Determination No. 2015-5017, Revision No. 30, with a last revision date of July 8, 2025. It lists a comprehensive array of occupations—ranging from administrative support and clerical to automotive service, food preparation, furniture maintenance, and general services—along with their corresponding hourly rates. The file emphasizes that fringe benefits are also required in addition to the listed occupational rates. This determination is crucial for contractors bidding on federal and state/local RFPs to ensure compliance with labor laws and fair compensation for covered workers.
    This government file, "Wage Determination No.: 2015-4535, Revision No.: 33," issued by the U.S. Department of Labor, details the minimum wage rates for service contract workers in Broward County, Florida. It outlines the applicability of Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award/renewal dates for 2025, noting annual adjustments. The document provides an extensive list of occupations across various fields, including Administrative Support, Automotive Service, Food Preparation, Health, Information Technology, and Maintenance, with their corresponding hourly wage rates. It emphasizes that these rates are minimums, and contractors must pay higher if specified. Fringe benefits are also required, as indicated in the occupational listings.
    This document is a federal wage determination (No. 2015-4543, Revision No. 32, dated 07/08/2025) for Dade County, Florida, under the Service Contract Act. It outlines minimum wage rates for various occupations, including administrative support, automotive, food service, health, and IT. The document specifies that contracts entered into on or after January 30, 2022, must adhere to Executive Order 14026, requiring a minimum of $17.75 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed, fall under Executive Order 13658, with a minimum of $13.30 per hour. It also details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-5 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous duty differentials (4% or 8%), and uniform allowances. A conformance process is detailed for unlisted job classifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), 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 one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    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 in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 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 for repairs and modifications.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    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.
    Sources Sought for Potential Overhaul Vendors for HC-144 and HC-27J Wheels and Brakes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential vendors capable of providing overhaul services for HC-144 and HC-27J wheels and brakes. This sources sought notice aims to identify commercially available vendors with the necessary capabilities, including OEM authorization, to perform overhauls in compliance with OEM standards. The components involved are critical for the operational readiness of Coast Guard aircraft, and interested vendors must demonstrate their qualifications, including relevant certifications and past performance, by submitting their responses by December 12, 2025, at 4:00 p.m. EST. For inquiries, vendors may contact Steven Goodwin at steven.a.goodwin@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03826IL0000006.
    Procurement of Various Gearboxes
    Buyer not available
    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.
    Test, Teardown, Evaluation and Repair of Aircraft Jacks
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the test, teardown, evaluation, and repair of various aircraft jacks and tripods under solicitation number 70Z03826QE0000004. The procurement involves a requirements contract for the overhaul of specific hydraulic and aircraft jacks, with a base performance period from August 4, 2026, to August 3, 2027, and four optional one-year extensions, potentially extending the contract until August 3, 2031. These services are critical for maintaining operational readiness and safety of aircraft equipment, ensuring compliance with OEM specifications and quality standards. Interested parties must submit their quotations by December 11, 2025, at 3:00 p.m. Eastern Time, with email submissions preferred to William.T.Swinson3@uscg.mil.
    Mount Assy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@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.