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
    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
    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.
    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.
    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.
    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.
    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 APU and Components HC-27J
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors for the repair of Auxiliary Power Units (APUs) and related components for its HC-27J aircraft. The USCG operates ten HC-27J Maritime Patrol Aircraft, which require specialized repair services due to their operation in corrosive environments and the need for compliance with Original Equipment Manufacturer (OEM) specifications. Interested vendors are invited to submit their qualifications, including company details, product information, and responses to specific questions regarding their business status and capabilities, by February 24, 2025, at 4:00 PM EST. Responses should be directed to Jennifer C. Eure via email, and it is important to note that this is a sources sought notice and not a solicitation for proposals.
    Various Items
    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 electronic and mechanical components under solicitation number 70Z03825QJ0000024. The contract will cover a base year and four option years, focusing on items such as logic units, antennas, G switches, and spacers, with bidders required to provide pricing and lead times for each item listed in the schedule. These components are critical for maintaining operational effectiveness within the Coast Guard's aviation capabilities. Interested vendors should direct inquiries to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil or call 206-863-2026, and are advised to review the terms and conditions outlined in the attached documents to ensure compliance with federal procurement standards.
    Mod Kits, Engine
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole source contract for modification kits for engines, with procurement managed by the Aviation Logistics Center (ALC). The requirement includes two specific engine modification kits, with a total quantity of four kits requested for each engine, and delivery is expected within 200 days after receipt of order, ideally by June 15, 2025. These kits are crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring they are equipped with the necessary parts for effective performance. Interested vendors may submit quotations to Julie Lininger at julie.g.lininger@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by 2:00 P.M. (EST) on February 24, 2025, referencing solicitation number 70Z03825QJ0000168.
    Procurement of Swashplate Assemblies
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Swashplate Assemblies through a combined synopsis/solicitation process. This procurement is critical for maintaining the operational readiness of Coast Guard aircraft, requiring compliance with stringent technical specifications and traceability to the Original Equipment Manufacturer, Sikorsky Aircraft Corporation. Interested vendors must adhere to detailed submission requirements, including a Small Business Subcontracting Plan for large businesses, and demonstrate past performance with the Coast Guard. Proposals are due by December 17, 2024, and inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of Bus Interface Unit for the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractors for the repair of the Bus Interface Unit for the HC-27J Aircraft. The procurement requires contractors to possess OEM authorization or FAA certification and to adhere strictly to OEM specifications, including thorough inspections and detailed documentation of repairs. This opportunity is crucial for maintaining the airworthiness and operational readiness of Coast Guard aircraft, ensuring compliance with federal safety standards. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details, and proposals must be submitted electronically, adhering to the specified regulations and deadlines.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul and repair of actuators used in HC-27J and HC-144 aircraft. The procurement involves comprehensive services including teardown, inspection, rework, assembly, and testing of actuator assemblies, adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military equipment, ensuring that the Coast Guard's aircraft fleet remains airworthy and reliable. Interested vendors should contact Logan J. Brown at LOGAN.J.BROWN3@USCG.MIL or Dmitri E. Mercer at Dmitri.e.mercer@uscg.mil for further details, as the solicitation is structured over multiple contract years with specific requirements for compliance and technical acceptability.
    Repair of POWER SUPPLY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for a power supply unit, identified by National Stock Number (NSN) 6130-01-290-7512 and part number 8-ES-003-417-00. The procurement involves the repair of four units, with an option to procure an additional four units within one year of the initial award, emphasizing compliance with airworthiness certifications and necessary technical documentation. This opportunity is critical for maintaining the operational readiness of aviation logistics within the Coast Guard. Interested small businesses must submit their proposals in accordance with the outlined terms and conditions, and can direct inquiries to Angela Watts at ANGELA.L.WATTS@USCG.MIL or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), intends to award a sole source contract to Sikorsky Aircraft Corporation for various aviation parts and services. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, with delivery timelines ranging from January 2026 to October 2025, reflecting the Coast Guard's commitment to maintaining and enhancing its aviation logistics capabilities. Interested vendors may submit quotations for consideration by the agency, with a deadline set for 2:00 P.M. (EST) on February 25, 2025, to the primary contact, Paige Kressley, at Paige.E.Kressley@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil. The solicitation number for tracking purposes is 70Z03825QJ0000172, and the procurement is unrestricted with no small business set-aside.
    Overhaul of Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), 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 securing maintenance services that include major and minor overhauls, inspections, and testing of various gearbox components, with a focus on delivering gearboxes in a "Ready for Issue" (RFI) condition. This initiative is critical for maintaining the functionality of approximately 51 aircraft, emphasizing compliance with federal regulations and high-quality standards throughout the overhaul process. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details, as the contract's total value and specific deadlines are yet to be determined.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking bids for the procurement of various aviation components essential for operational readiness. The request includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a required quantity of four units for each item and a delivery deadline set for February 10, 2026. These components are critical for maintaining and enhancing the functionality of aircraft, ensuring safety and efficiency in aviation operations. Interested vendors should direct inquiries to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and all quotes must clarify shipping costs, particularly if F.O.B. origin is indicated.