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 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.
    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.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    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 authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    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 involves a sole-source contract with Sikorsky Aircraft Corporation, focusing on restoring components to serviceable condition in accordance with OEM specifications, while adhering to rigorous quality management standards and documentation requirements. This contract is critical for maintaining operational efficiency and safety for the U.S. Coast Guard's aviation capabilities. Interested contractors must submit their quotations by December 20, 2024, at 2:00 PM EST, with the anticipated award date set for January 10, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    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.
    Overhaul of Valve, Solenoid
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified vendors regarding the overhaul of solenoid valves, a critical component in aviation logistics. This sources sought notice aims to identify potential sources capable of performing the overhaul, which must be conducted by the Original Equipment Manufacturer (OEM) or an authorized facility, with appropriate documentation required. The USCG emphasizes that this notice is for market research purposes only and does not constitute a solicitation for proposals or quotes, with responses due by September 23, 2024, at 2:00 PM EDT. Interested parties should direct their responses to Trenton Twiford at trenton.c.twiford@uscg.mil, including the reference number 70Z03824IJ0000063 in the subject line.
    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".
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of specific Original Equipment Manufacturer (OEM) parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The required items include a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with quantities of 9 and 10 units needed, respectively, to support the operational readiness of Coast Guard vessels. This procurement is critical for maintaining the functionality and safety of marine equipment, emphasizing the importance of compliance with military packaging and labeling standards. Interested vendors 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 following inspection and acceptance of the delivered items at the Baltimore warehouse.
    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.