HC-144 & HC-27J Inverter Repair
ID: 70Z03824QL0000077Type: 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 Sep 17, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 17, 2024, 12:00 AM UTC
  3. 3
    Due Oct 17, 2027, 8:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Sep 17, 2024, 4:30 PM UTC
The document outlines the terms and conditions associated with Solicitation Number 70Z03824QL0000077, primarily focusing on federal acquisition regulations (FAR) and Homeland Security Acquisition Regulations (HSAR). It details the incorporation of specific solicitation provisions by reference, including provisions related to the System for Award Management, cost or pricing data requirements, and representations regarding covered telecommunications equipment. Key areas addressed include prohibitions on contracting for certain telecommunications equipment under the John S. McCain National Defense Authorization Act, assessments of offerors' integrity and responsibility, and compliance with various federal contracting requirements. The bid submission process is also described, necessitating proper documentation and pricing transparency. The purpose of this solicitation is to ensure that the contracting process adheres to regulations that enhance government procurement efficiency while safeguarding national security and taxpayer interests. Emphasizing the necessity for offerors to comply with representations and certifications ensures accountability in the performance of government contracts.
Sep 17, 2024, 4:30 PM UTC
This document is a schedule of supplies detailing the procurement of various types of inverters, converters, and transformers over a base period and two optional years for a government contract. It categorizes the items by CLIN (Contract Line Item Number) and includes their National Item Identification Numbers (NIIN), part numbers, descriptions, estimated quantities, unit prices, and extended prices. For the base period, quantities vary from 1 to 20 for specific inverters (both static and AC) and power transformers. Option Year 1 increases these quantities, indicating a forecasted demand that continues into Option Year 2, which further escalates the quantities for several items. Each section ends with a note stating that the government’s failure to provide the estimated quantities does not entitle the contractor to price adjustments. The main purpose of this document is to outline the government’s anticipated procurement needs for this equipment throughout the specified contract duration, emphasizing the structured nature of supply requests in government operations while mitigating contractor expectations regarding quantity changes.
Sep 17, 2024, 4:30 PM UTC
The U.S. Coast Guard (USCG) seeks repair services for inverter components used in its HC-144 Ocean Sentry and HC-27J aircraft. The contract outlines the requirement for repairs by Original Equipment Manufacturers (OEM) or their authorized repair centers. Essential components include static and AC inverters, converters, and transformers listed with their respective National Stock Numbers. The contractor must ensure compliance with service bulletins related to safety and maintenance, with a turnaround time of 45 days after receipt of materials. Procedures for handling missing parts, corrosion, exclusions, and beyond economical repairs are detailed to minimize service disruptions. The contractor must maintain access to current maintenance documents, complete inspections, and provide thorough records and shipping documentation as specified. Overall, the document emphasizes regulatory compliance, safety adherence, and process efficiency necessary for performing quality repairs while aligning with government contracting standards.
Sep 17, 2024, 4:30 PM UTC
The Department of Homeland Security’s United States Coast Guard (USCG) seeks to justify a sole-source contract with Avionic Instruments, LLC for the repair of inverters used in HC-144 and HC-27J aircraft. This contract is justified under 41 U.S.C. § 1901 and FAR 13.501, as these inverters are proprietary to the Original Equipment Manufacturer (OEM), meaning repair data is not available from other sources. The contract is critical to maintaining the safety and operational capability of these aircraft, which are essential for USCG missions like search and rescue and national defense. The requirement underlines the sole source due to safety concerns related to proprietary revisions addressing in-service smoke and fire risks. Competitive options were considered but deemed unfeasible due to the necessity for OEM-specific repairs to ensure airworthiness. The contract value, including options, spans from 2025 to 2028, ensuring continued operational support. Despite market research indicating no alternative suppliers, efforts continue to explore future competitive options. If this justification isn’t approved, USCG operations will face significant risk due to potential grounding of aircraft awaiting repairs.
Sep 17, 2024, 4:30 PM UTC
This document outlines the wage determination under the Service Contract Act for contracts in New Jersey, particularly Middlesex County, as directed by the Secretary of Labor. It specifies minimum wage rates required for various occupations, particularly in light of Executive Orders 14026 and 13658. All contractors must pay covered workers at least $17.20 per hour starting January 30, 2022, for contracts awarded thereafter, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless a higher rate is listed. The document details wage rates for numerous occupations, including clerical, automotive, health, and technical jobs. It also describes benefits such as health, vacation, and holiday entitlements, emphasizing compliance with regulations for employee classification and wage rates. Specific rules regarding uniform allowances, paid sick leave, and hazardous pay are included. The conformance process for new classifications not listed in the wage determination is explained, ensuring that employees receive appropriate compensation for their work. This wage determination is vital for contractors participating in federal projects, ensuring fair wages and worker protections while complying with applicable laws and regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair of POWER SUPPLY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide repair services for power supply units under solicitation number 70Z03825QH0000034. The procurement aims to acquire four units of the power supply, with an option to increase the quantity by an additional four units within one year, ensuring operational readiness for USCG aviation logistics. This contract emphasizes compliance with federal regulations, including quality assurance and technical acceptability, and requires bidders to demonstrate access to necessary technical directives and certifications. Interested parties must submit their quotations by April 3, 2025, with the anticipated award date on or about April 9, 2025. For further inquiries, bidders can contact Angela L. Watts at Angela.L.Watts@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 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.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Repair Inertial EMB.GPS for the Support of the HC-144 Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to repair two Inertial EMB.GPS units to support the HC-144 aircraft. The procurement requires that the contractor be FAA 145 certified and capable of performing at least 50% of the work at their FAA certified facility, ensuring compliance with all relevant safety and operational standards. This repair is critical for maintaining the operational readiness and safety of Coast Guard aircraft, with the anticipated award being a Sole Source Purchase Order to Honeywell International Inc., due to their unique access to proprietary technical data. Interested vendors must submit their capability information by April 3, 2025, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.
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 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.
Overhaul/Repair of Actuators.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the overhaul and repair of actuators and their components used in the HC-27J and HC-144 aircraft. The procurement requires vendors to be FAA 145 certified and capable of performing at least 50% of the work at their certified facilities, with a focus on adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military aircraft, ensuring that all components meet stringent airworthiness standards. Interested vendors must submit their proposals by March 12, 2025, at 12:00 PM EST, and can contact Logan J. Brown at Logan.J.Brown3@uscg.mil for further information regarding the solicitation number 70Z03825RW0000001.
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.
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.