FSR Support Services and Repair/Overhaul of R391 Propellers
ID: 70Z03824RW0000002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALS)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's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a five-year contract related to the repair and overhaul of GE/Dowty propeller assemblies. The contract includes a base year and four option years, with specific line item numbers (CLINs) detailing various components and services required, including repairs for propeller assemblies, auxiliary pumps, and control modules among others. Each item lists the National Stock Number (NSN), nomenclature, part number, estimated quantity, unit issue, unit price, and total amount, all initially set at $0.00. The document emphasizes the Federal Acquisition Regulation (FAR) clause indicating that any failure by the government to supply specified items does not entitle the contractor to price adjustments. Additionally, it outlines exclusions and fees associated with services such as beyond economical repair (BER) fees and field services. The proposal indicates the government’s intention to engage contractors for refurbishing critical aviation components, thereby ensuring continued operational efficiency in military aircraft. This analysis reflects the structured approach typical in government procurement documents, focusing on detailed itemization and compliance with regulatory requirements.
    The document outlines the terms and conditions for a federal acquisition process, specifically referencing the FAR (Federal Acquisition Regulation) provisions applicable to commercial products and services. It establishes a 120-day period for offer acceptance and mandates that offerors complete specific FAR provisions concerning telecommunications equipment and responsibility matters. The document emphasizes compliance with the John S. McCain National Defense Authorization Act, particularly regarding prohibited telecommunications equipment, and requires disclosures related to such equipment. It incorporates additional provisions regarding representations and certifications related to telecommunications, responsibility matters, and the definitions relevant to these compliance requirements. The evaluation of offers for this solicitation will focus on technical acceptability and pricing due to the sole-source nature of the acquisition. Additionally, it addresses representations for small businesses and disadvantaged business concerns, as well as responsibilities concerning taxes, child labor laws, and compliance with federal regulations. Overall, the document guides contractors in complying with necessary regulations and ensuring eligibility for federal contracts.
    The Department of Homeland Security's United States Coast Guard (USCG) Aviation Logistics Center (ALC) seeks approval for a sole source contract with GE Aviation Systems LLC to provide repair and overhaul services for the HC-27J and C130J aircraft propeller systems, specifically the Dowty R391 propellers. The contract, with an estimated total value of $29,337,756 over multiple options, is necessary to ensure operational continuity and safety of the aircraft as the current contract expires in August 2024. GE is the only authorized contractor due to proprietary data restrictions and the critical nature of the services required, classified as Critical Safety Items (CSIs). The justification cites that altering the procurement process for competition is not feasible, as the required technical data is proprietary to Dowty, the original equipment manufacturer (OEM). Market research confirmed GE as the only qualified source to meet the project’s specific needs while maintaining compliance with safety regulations. The contract will be awarded under the authority permitted by 10 U.S.C. § 3204(a), citing that no other suppliers can fulfill these specialized requirements.
    The Statement of Work (SOW) outlines requirements for the overhaul and repair of R391 propeller assemblies for the U.S. Coast Guard's HC-27J and HC-130J aircraft, specifically addressing services to be provided by GE Aviation Systems LLC, the original equipment manufacturer. Ensuring aircraft mission readiness, the contract entails comprehensive services, including inspections, repairs, and logistics support to maintain operational effectiveness under harsh maritime conditions that exacerbate corrosion and wear. Key responsibilities include adherence to OEM manuals, documentation of all repairs, and the timely return of repaired components within specified timeframes (90 days for overhaul). The contractor must also track component histories, manage service bulletins, and notify the USCG on issues like missing parts or beyond economical repair conditions. The contract specifies a requirements-type structure lasting one base year with four potential extensions, emphasizing the importance of regulatory compliance and quality assurance, alongside the need for robust communication with the contracting officer. This effort underlines the commitment of the USCG to maintain the airworthiness and operational readiness of its aircraft for essential missions.
    The document outlines the requirements and responsibilities of a Field Service Representative (FSR) from GE Aviation Systems LLC, designated to support the U.S. Coast Guard (USCG) in maintaining the Dowty R931 propeller system. The FSR will provide on-site assistance at the USCG Aviation Logistic Center in North Carolina and be tasked with troubleshooting, maintenance, and training actions at various USCG sites across the country. Key qualifications for the FSR include extensive experience with GE aviation systems, necessary certifications, and compliance with local and federal regulations. The FSR is responsible for delivering technical support, conducting hands-on training for USCG personnel, assisting with maintenance tasks, and ensuring compliance with operational standards, including providing equipment access and maintenance records. Travel requests require USCG approval, and clear requirements for personnel conduct, background checks, and access to government facilities are stipulated. This comprehensive engagement highlights the USCG's commitment to ensuring operational readiness and safety for its aviation capabilities, while detailing the necessary protocols for contractor access and compliance within federal frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Field Service Representative (FSR)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking sources for a Field Service Representative (FSR) to support the HC-144 and MH-60T aircraft engines and components. The FSR will provide technical assistance, training, and troubleshooting for the CT7-9C3 Turbo Shaft Engine and T700 series engines, ensuring operational efficiency and maintenance support for the Coast Guard's aviation missions. This opportunity is crucial for maintaining the readiness of the Coast Guard's fleet, which plays a vital role in search and rescue, law enforcement, and environmental protection. Interested firms are encouraged to submit their capability statements and responses to specific questions by September 30, 2024, at 4:00 PM EST, to Rebecca L. Farmer or Thomas C. Meek via the provided email addresses.
    Repair of Tail Rotor Drive Shafts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to stringent military and occupational safety standards, and ensuring timely delivery and quality assurance. The contract, valued at approximately $3,877,611 over five years, includes a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a repair service for a high-speed shaft assembly. This assembly is typically used in aircraft components and accessories. The repair contract is expected to be awarded to Sikorsky Aircraft Corporation and will consist of a one-year base period and four one-year option periods. The contractor must provide clear traceability to the Original Equipment Manufacturer (OEM) and submit a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The closing date for offers is 5/6/2024 at 2:00PM Eastern Daylight Savings Time. Interested parties can submit quotations to Amy.E.Whitehurst2@uscg.mil.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for specific OEM parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The procurement involves the supply of a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with a total requirement of 9 and 10 units, respectively, to be delivered to the Baltimore warehouse. This procurement is crucial for maintaining the operational readiness of the Coast Guard's marine equipment, emphasizing compliance with military packaging and marking standards. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days post-inspection and acceptance of the delivered items.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Purchase of Various Items
    Active
    Homeland Security, Department Of
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    GEARBOX, WINCH
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of two gearbox units for a winch under Request for Quote 70Z08524Q40213B00. The procurement requires adherence to specific nomenclature, part numbers, and packaging standards to ensure the units can withstand two years of storage. These gearboxes are critical components for the operational readiness of Coast Guard equipment, emphasizing the importance of compliance with military specifications and quality assurance. Interested vendors must be registered in the SAM database and submit their quotes by September 17, 2024, at 1 PM EST, with delivery expected by January 30, 2025. For further inquiries, vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.