Repair Receiver-Transmitter Radio and Antenna Radar Meteo for the Support of the HC-27J Aircraft
ID: 70Z03825QW0000062Type: 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 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 8:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 5:06 PM UTC
Mar 31, 2025, 5:06 PM UTC
The document outlines solicitation 70Z03825QW0000062, effective January 17, 2025, which governs federal contract awards and compliance requirements, particularly in relation to covered telecommunications equipment and services. It emphasizes the necessity for contractors to adhere to federal acquisition regulations (FAR) and the Department of Homeland Security Acquisition Regulation clauses. The solicitation specifies that responses must include detailed representations concerning telecommunications equipment and certifications regarding federal compliance. Key requirements include proof of FAA certification for services, adherence to technical acceptability standards, and submission of offers via email within a specified timeframe. The government will evaluate offers based on technical acceptability and price, intending to award one or potentially multiple orders. Required information includes company details, warranty terms, and compliance certifications related to forced labor and environmental standards. The document reflects the rigorous standards expected from offerors in ensuring compliance with federal regulations, particularly with respect to national security and the proper use of telecommunications technologies for government contracts.
Mar 31, 2025, 5:06 PM UTC
The Statement of Work (SOW) outlines the requirements for contractor services in the inspection, repair, and overhaul of specific aviation components for the U.S. Coast Guard. Contractors must be either Original Equipment Manufacturers (OEM), OEM Authorized Repair Centers, or FAA Certified Repair Centers, compliant with ISO 9000 standards. The document stipulates that contractors obtain proprietary OEM data and adhere to detailed specifications concerning repair processes, including inspection protocols and standards for component cleanliness and corrosion management. A mandatory Teardown and Inspection Report must be provided, detailing required repairs and associated costs. Components must be packaged appropriately to prevent damage and ensure safety during transit, adhering to strict packaging standards. All delivered items must be airworthy, accompanied by necessary certification documentation. The SOW emphasizes rigorous inspection procedures and tracking of component history. The overall turnaround time for the services is set at 270 days, with preferred early delivery options. This SOW illustrates the Coast Guard's exacting standards for maintenance and repair services, promoting safety and regulatory compliance in aviation operations.
Mar 31, 2025, 5:06 PM UTC
The document outlines Wage Determination No. 2015-4495 issued by the U.S. Department of Labor under the Service Contract Act (SCA). It establishes minimum wage and fringe benefit requirements for federal contracts in designated regions, particularly in Georgia Counties of Houston, Peach, and Pulaski. For contracts awarded or extended after January 30, 2022, covered workers must receive a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must earn at least $13.30 if not extended. The document provides detailed wage rates for various occupations, highlighting those classifications with specific benefits and the responsibilities of employers regarding health, welfare, vacation, and holidays for workers. Additionally, it outlines the conformance process for any new job classifications not included in the wage determination. Compliance with Executive Orders concerning sick leave and higher wage rates is mandatory. It's vital for contractors to adhere strictly to these requirements to ensure fair compensation for employees working under federal contracts, reflecting the government's accountability in promoting fair labor standards. The document serves as a critical resource for contractors to understand their obligations under federal regulations governing labor and wage standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
70Z04425RNCA05V00- Open, Inspect and Repair Rockwell Collins High Frequency Mixer Stage Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of Rockwell Collins High Frequency Mixer Stages, identified by Part Number 270-2615-040. The procurement aims to restore these units to a "Ready for Issue" condition, ensuring they meet Original Equipment Manufacturer (OEM) standards through a comprehensive process of inspection, diagnostics, and repair. This initiative is crucial for maintaining operational readiness and supporting U.S. Coast Guard missions. Interested contractors must submit their proposals electronically by April 18, 2025, with inquiries due by April 4, 2025, and can contact Gregory Ducker at gregory.j.ducker@uscg.mil for further information.
OPEN, INSPECT AND REPORT INDICATOR XMTR SHIPS CONTROL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and potential overhaul of Indicator XMTR Ships Control units, with a total quantity of two units required. This procurement is critical for maintaining the operational readiness of the U.S. Coast Guard's Medium Endurance Product Line, as these components are essential for shipboard alarm and signal systems. Interested vendors must ensure compliance with specific packaging and marking requirements, as outlined in the associated documentation, and submit their quotes by May 2, 2024, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
Logic Unit and Antenna Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
Antenna
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of antennas and related equipment through a combined synopsis/solicitation process. The requirement includes the supply of a base antenna support, antennas, and couplers, with specific quantities and manufacturers outlined, emphasizing the need for OEM parts due to their proprietary nature and integration complexities with existing systems. This procurement is crucial for maintaining operational readiness within the Coast Guard's electronic systems, with a total estimated value of approximately $245,715. Interested vendors must ensure they are registered in SAM.gov and submit their quotations by the specified deadline, with all deliveries required by October 20, 2025. For further inquiries, vendors can contact Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A Matthews at cynthia.a.matthews@uscg.mil.
Furuno Radar Pedestal - Open, Inspect, Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is soliciting quotes for the inspection and potential repair of 13 Furuno Antenna Pedestals under Request for Quote (RFQ) 2125405B4200CM010. Vendors are required to open, inspect, and report on the units, determining their repairability and providing necessary documentation, including an Open and Inspect Report (OIR) and a Beyond Economical Repair (BER) form if applicable. This procurement is crucial for maintaining the operational readiness of the Coast Guard's equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards. Interested parties must submit written quotes by April 18, 2025, at 10:00 AM ET, and are encouraged to contact Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil for further details.
Control Unit, CH100 - Open, Inspect Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide inspection and repair services for 52 units of the Control Unit, CH100, under solicitation number 2125405B4200RR005. The primary objective is to open, inspect, and report on the condition of these units, which are critical for communication operations, and to determine if they can be repaired to meet operational standards. This procurement emphasizes the use of L3 Harris authorized technicians and parts due to the proprietary nature of the equipment, ensuring compliance with federal regulations and operational readiness. Interested vendors must submit their written quotes by May 1, 2025, at 12:00 PM ET, to the Contract Specialist, Megan Maday, at megan.l.maday@uscg.mil, and the Contracting Officer, Delton Brun, at Delton.L.Brun@uscg.mil.
Repair of TCAS-1 Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking sources for a firm-fixed price repair contract for the TCAS-1 Processor, with a base period of twelve months and up to four additional option periods. The procurement aims to identify qualified contractors capable of repairing the TCAS-1 Processor, part number 805-11900-001, in compliance with FAA or EASA Part 145 certifications, and who have access to necessary maintenance manuals and specifications. Interested parties must respond by April 25, 2025, at 4:00 PM EST, providing their qualifications and capabilities to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil or Luis Mojica at luis.mojica@uscg.mil, referencing notice number 70Z03825IB0000006.
Repair of MKV EGPWS Military Transport / Alarm Control
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from potential vendors regarding the repair of the MKV EGPWS Military Transport / Alarm Control system. This Sources Sought Notice aims to gather market information to assist in determining possible sources for a firm-fixed price repair purchase order for the specified component, identified by part number 965-0779-001 and National Stock Number 6340-01-561-1670. The MKV EGPWS is critical for aviation safety and operational efficiency within the Coast Guard's long-range surveillance capabilities. Interested parties are encouraged to submit their responses, including a capabilities statement and relevant business information, by April 21, 2025, at 2:00 PM EST, via email to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, referencing notice number 70Z03825IH0000008 in the subject line.
Open, Inspect, Repair and Overhaul
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, repair, and overhaul of a specific item, the "Detector, Combined," used in their Medium Endurance Product Line. The procurement requires contractors to disassemble, clean, and inspect the detector, compiling a detailed overhaul report that must be approved by the Coast Guard Contracting Officer before any further work can proceed. This equipment is critical for the operational capabilities of the Coast Guard, and the overhaul must restore the detector to original design specifications using only new OEM parts, with a maximum overhaul cost capped at $6,016.03. Interested vendors must submit their quotes by April 11, 2025, and direct any inquiries to Donna Scandaliato at Donna.M.Scandaliato@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.