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/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), 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 one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Repairs/Overhauls of Signal Proc's, Receiver/Transmitters, and Antenna's for use on the HC-144 Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking sources for the repair and overhaul of signal processors, receiver/transmitters, and antennas used on the HC-144 aircraft. This opportunity aims to identify commercially available vendors capable of providing these services in accordance with Original Equipment Manufacturer (OEM) specifications, as the HC-144 aircraft operates in challenging environments that accelerate wear and corrosion. Interested vendors must respond with detailed company information, product specifications, and relevant certifications by December 16, 2025, at 4:00 PM EST, and should direct their responses to Logan J. Brown via email at Logan.J.Brown3@uscg.mil.
    REPAIR Valve, Low Limit Tem for the HC-27 Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to repair the Low Limit Temperature Valve for the HC-27 Aircraft under solicitation number 70Z03826QW0000004. The procurement requires vendors to provide repair services in accordance with Original Equipment Manufacturer (OEM) specifications, with a focus on maintaining compliance with FAA regulations and ensuring that at least 50% of the work is performed at an FAA-certified facility. This contract is crucial for maintaining the operational readiness of Coast Guard aircraft, and it is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis. Interested vendors must submit their quotations by December 5, 2025, and can contact Debra W. Heath at debra.w.heath@uscg.mil for further information.
    Procurement of Various Gearboxes
    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 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 of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Sources Sought for Potential Overhaul Vendors for HC-144 and HC-27J Wheels and Brakes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential vendors capable of providing overhaul services for HC-144 and HC-27J wheels and brakes. This sources sought notice aims to identify commercially available vendors with the necessary capabilities, including OEM authorization, to perform overhauls in compliance with OEM standards. The components involved are critical for the operational readiness of Coast Guard aircraft, and interested vendors must demonstrate their qualifications, including relevant certifications and past performance, by submitting their responses by December 12, 2025, at 4:00 p.m. EST. For inquiries, vendors may contact Steven Goodwin at steven.a.goodwin@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03826IL0000006.
    MOTOR, ALTERNATING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 10 alternating current motors, identified by part number 3GAA101312-ASE+002, from Russ Equipment Co Inc. These motors are crucial for various operational applications within the Coast Guard, and the contract will be awarded on a firm fixed-price basis to the lowest price technically acceptable offeror. Interested vendors must ensure compliance with packaging and marking requirements as outlined in the DCMA guide, and submit their quotes by December 9, 2025, at 8 AM EST, to the primary contact, Nina Crosby, at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.