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
    MH-65 Repair of Generator Control Unit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Generator Control Units (NSN: 6110-01-HR1-9578, Part Number: CG-1010-24-9AREVA) used in MH-65 helicopters. The procurement involves a combined synopsis/solicitation for commercial items, with a focus on ensuring that all repairs meet Original Equipment Manufacturer (OEM) specifications and FAA guidelines, emphasizing quality control and traceability. This opportunity is restricted to Consolidated Aircraft Supply Co., which is the sole source capable of fulfilling the requirements due to its acquisition of necessary maintenance manuals from the OEM, Phoenix Aerospace. Interested vendors must submit their quotations by January 13, 2026, at 9:00 am EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
    Repair of Actuator and Actuator Rudd. Trim for the HC-144 Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of actuators and actuator rudd trim for the HC-144 aircraft. This procurement involves the inspection, repair, and overhaul of specific aircraft components, which must be performed by an Original Equipment Manufacturer (OEM) or an authorized repair center, adhering to strict OEM specifications and quality standards. The selected contractor will be responsible for providing a Certificate of Conformance and ensuring that all repaired components are airworthy, with a turnaround time of 90 days. Interested parties must submit their quotations by January 12, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Stephanie O Reams at stephanie.o.reams@uscg.mil, referencing solicitation number 70Z03826QL0000028.
    Repair Emergency Lights for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for emergency lights used in HC-144 aircraft. The procurement involves the inspection, repair, and overhaul of emergency light components, requiring compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification. These components are critical for the operational readiness and safety of Coast Guard aircraft, ensuring they meet stringent airworthiness standards. Interested parties must submit their quotations by January 14, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QL0000032.
    Repair Water Collectors for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the repair of water collectors for the HC-144 aircraft, under solicitation number 70Z03826QL0000031. The procurement involves three water collectors (Part Number 776903-3, NSN 2915-01-308-6455), which are critical components unique to the aircraft and require specialized expertise and OEM parts for repair. This opportunity is restricted to qualified sources, particularly Aerokool Aviation Corp., an OEM-approved distributor, due to the unique nature of the items and the necessity for compliance with OEM specifications. Interested parties must submit their quotations by January 13, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Allison T. Meads at allison.t.meads@uscg.mil.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    Purchase of Various Spares for the HC-27J Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting quotations for the purchase of various spare parts for the HC-27J Aircraft, specifically targeting Original Equipment Manufacturers (OEM) and their distributors. The procurement includes critical components such as a Satcom HPA Mount, an Illuminated Panel, a Drain Cock, and a Pitot Tube, which are essential for maintaining operational safety and performance of the aircraft. This sole-source acquisition is justified due to the exclusive rights held by the OEMs for the technical data and specifications, making it economically unfeasible to seek alternative suppliers. Interested vendors must submit their quotations by January 12, 2026, at 12:00 p.m. Eastern Time, with preferred submissions via email to Logan J. Brown at Logan.J.Brown3@uscg.mil, referencing solicitation number 70Z03826QW0000013.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    Repair Rudder Assembly and Elevation Equipped RH for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of the Rudder Assembly and Elevator Equipped RH for the HC-144 aircraft. This procurement is a sole-source solicitation directed towards Airbus DS Military Aircraft, Inc., as they are the Original Equipment Manufacturer (OEM) and possess the necessary technical data and specifications required for the repairs. The components are critical for operational safety and flight performance, emphasizing the importance of OEM traceability and compliance with established maintenance standards. Interested parties must submit their quotations by January 12, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QL0000027.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure repair and modification services for fuel management panels used in MH-60T aircraft. The procurement involves a sole-source contract with GE Aviation Systems LLC, the Original Equipment Manufacturer, due to their exclusive technical data and capabilities required for these complex repairs. These fuel management panels are critical for maintaining the operational readiness of the aircraft, which is essential for various missions. Interested vendors must submit their quotations by January 15, 2026, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil.