Repair Color Weather Radars
ID: 70Z03825QJ0000231Type: 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 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Mar 24, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radars used in MH-60T aircraft. The contractor will be responsible for evaluating, repairing, and returning five radar units to airworthy condition, addressing issues such as corrosion from the marine environment, and adhering to Original Equipment Manufacturer (OEM) specifications. This procurement is critical for maintaining operational readiness of the Coast Guard's aviation assets. Interested parties must submit their quotations by March 24, 2025, with an anticipated award date of March 26, 2025. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

Point(s) of Contact
MRR Procurement Mailbox
mrr-procurement@uscg.mil
Files
Title
Posted
Mar 19, 2025, 8:06 PM UTC
This document outlines a federal Request for Proposal (RFP) related to the procurement of testing, evaluation, and repair services for a Color Weather Radar system, identified by NSN: 5821-01-522-5712 and part number: 7009330-911. The file contains a schedule detailing line items for various services, including "Test and Evaluation/No Fault Found," repair services, and circumstances under which units may be deemed "Beyond Economic Repair" (BER)/scrap. The quantities and lead times for services are to be filled in by bidders, with a total estimated quotation amount of $0.00, although additional charges or prompt payment discounts can be noted by bidders. The document emphasizes that if a unit is found to be BER, only the Test and Evaluation fee will apply, clarifying the billing structure for contractors. Furthermore, it specifies that any discrepancies in item quantities listed will not result in price adjustments, aligning with government procurement regulations. This RFP reflects the commitment to maintaining government equipment through standardized evaluation and repair protocols within a structured acquisition process.
Mar 19, 2025, 8:06 PM UTC
The document outlines the Statement of Work (SOW) for the United States Coast Guard (USCG) Aviation Logistics Center, focusing on the repair of Color Weather Radar components for MH-60T aircraft. The contractor is required to evaluate, repair, and return five radar units in airworthy condition, addressing potential corrosion due to the marine environment. Components beyond economical repair (BER) necessitate a detailed failure report and may involve negotiated fees. Repair tasks must align with the Original Equipment Manufacturer’s (OEM) specifications and include thorough inspections, including corrosion removal. The contractor must maintain necessary certifications, ensure compliance with quality standards like ISO 9001, and provide documentation for each repair, including a Certificate of Airworthiness. Scenarios involving damaged components demand prior authorization for repair costs, and final determinations of BER are at the discretion of the USCG. All repaired components must be tracked via serial numbers, with delivery schedules emphasizing timely evaluation (15 days) and repair (60 days). The document underscores the importance of thorough inspections, adherence to specifications, and effective communication between the contractor and contracting officer throughout the repair process, crucial for USCG operational readiness.
This document outlines the terms and conditions for a federal solicitation, specifically reflecting federal acquisition regulations (FAR) and Homeland Security Acquisition Regulation (HSAR) requirements. It emphasizes that all terms herein supersede prior agreements and states that acceptance occurs upon order confirmation. The document also details the necessary representations and certifications for offerors, requiring compliance with FAR clauses and the submission of specific information regarding telecommunications equipment and prior performance. The evaluation process for the contract, expected to be awarded solely to Honeywell International Corporation, hinges on technical acceptability, past performance, and pricing assessment. Offerors need to provide thorough pricing details, shipping considerations, and documentation, including certificates of conformity related to aviation logistics. Quality control measures are mandated, ensuring that contractors must report non-conformities promptly. Additionally, packaging and shipping instructions, invoicing procedures, and requirements for documentation of compliance and safety standards complete the solicitation. Overall, the document serves as a comprehensive guide clarifying performance obligations and ensuring compliance with applicable regulations in government procurements.
The document titled "Wage Determination Kansas - 70Z03825QJ0000231" outlines the wage rates for various labor categories in Kansas as part of federal contracting requirements. It specifies the minimum wage rates for different occupations, including skilled, semi-skilled, and unskilled labor, in accordance with federal laws. These wage determinations apply to public contracts and ensure that workers are compensated fairly, promoting adherence to labor standards. Additionally, the document provides information on the applicable fringe benefits that contractors must offer alongside base wages. The overall purpose of this wage determination is to establish a baseline for compensation that aligns with local economic conditions while fulfilling federal contractual obligations. It serves as a critical reference for both contractors and labor organizations involved in federal projects, highlighting the government's commitment to fair labor practices.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SSR Radar Interface Boards
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of thirteen Radar Interface Boards (part number 2274) from SSR Engineering, Inc., under Request for Quote (RFQ) 52801PR250000002. This procurement is essential for supporting repairs of the AN/SPS-78 Radar system utilized on U.S. Coast Guard vessels, highlighting the critical nature of these components in maintaining operational readiness. Interested vendors must submit their written quotes by April 8, 2025, to the designated contracting officials, ensuring compliance with all specified requirements, including the inclusion of a Unique Entity Identifier (UEI) number and CAGE code. For further inquiries, vendors may contact Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil.
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.
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.
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 Beam Axle Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for Beam Axle Assemblies as part of a combined synopsis/solicitation. The procurement involves the testing, evaluation, and repair of components for the MH-60T aircraft, ensuring compliance with original equipment manufacturer (OEM) specifications and airworthiness standards. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aviation assets, with a firm-fixed price purchase order anticipated for up to six repairs within a year. Interested contractors must submit their quotations by April 10, 2025, with the anticipated award date on or about April 19, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Various Line Items
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for various line items related to aircraft parts and auxiliary equipment manufacturing. The procurement includes two specific items: an assembly for support and a DU mount assembly, with quantities of three and one respectively, and options for additional quantities within 365 days of the award. This initiative is crucial for maintaining the operational readiness of the Coast Guard's aviation assets. Interested vendors must submit their quotations by March 28, 2025, at 2:00 PM EDT, and can direct inquiries to Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Repair of EGI Computers for the HC-27J Aircraft
Buyer not available
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.
Repair of High-Speed Shaft Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement aims to ensure that these critical aviation components are inspected, repaired, and certified in accordance with Original Equipment Manufacturer (OEM) specifications and FAA standards, thereby maintaining operational readiness for U.S. Coast Guard missions. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding five years, including one base year and four option years. Interested contractors must submit their quotations by May 22, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
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.
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.