TCAS 1 Processor Repair
ID: 70Z03823QB0000179Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted May 24, 2023 11:32 AM
  2. 2
    Updated Nov 16, 2023 5:08 PM
  3. 3
    Due Nov 20, 2023 6:00 PM
Description

The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the repair of TCAS 1 Processors. TCAS 1 Processors are used in aircraft for collision avoidance purposes. The notice specifies that a firm-fixed price Indefinite Delivery Requirements type contract will be awarded, consisting of a one-year base period and up to four one-year option periods. The closing date for receipt of offers is June 15, 2023, at 1:00 pm EST. Interested parties are required to submit their quotes and questions via email to Emma.C.Craft@uscg.mil, indicating solicitation 70Z03823QB0000179 in the subject line. Phone call quotes will not be accepted.

Lifecycle
Title
Type
TCAS 1 Processor Repair
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Overhaul of Actr, Trim Tab Elev
Active
Homeland Security, Department Of
The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the overhaul of Actr, Trim Tab Elev. This procurement is for commercial items used in the aviation industry. The notice specifies that the USCG intends to award a firm-fixed price purchase order on a competitive basis. The quantity required is two (2) each, with the option to increase the quantity by six (6) each, for a maximum of eight (8) each. The solicitation document and attachments provide detailed information on the requirements and terms and conditions. The closing date for receipt of offers is 8/1/2024 at 12:00PM Eastern Standard Time, with an anticipated award date of 8/8/2024. Interested parties should submit their quotations via email to Amanda.R.Wood2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, indicating the RFQ number in the subject line.
TURBO SUPERCHARGER
Active
Homeland Security, Department Of
The US Coast Guard has issued a solicitation for commercial vendors to submit quotes for a Firm Fixed Price Purchase Order. The requirement is for two units of a specific turbosupercharger, used in the 225 WLB "B" class with serial numbers 700612, 700638, and 700886, and applicable mods 1, 2, and 4. The selected vendor will need to provide the turbosupercharger manufactured by Motor Services Hugo Stamp Inc., along with a quality assurance inspection certificate before shipping. The items must be packaged according to military standards, labeled as specified, and shipped to the US Coast Guard Surface Forces Logistics Center in Baltimore, Maryland. The quote submission deadline is strictly 12 pm EST on the 9th of August, 2024, with a required delivery date of 28th February 2025. Vendors must have an active SAM.Gov registration prior to award, and all submissions must include unit prices, taxes, and freight charges to zip code 21226. Payments will be made according to the FAR 52.232-25 Prompt Payment clause, with invoicing done through https://www.ipp.gov. Vendors must have the necessary qualifications and experience to fulfill the order, and will need to conform to the detailed packaging and labeling requirements outlined in the solicitation. For more information or clarifications, interested parties may contact Gina Baran at gina.m.baran@uscg.mil or Dan Kane at charles.d.kane@uscg.mil.
MH-65 Repair
Active
Homeland Security, Department Of
Title: MH-65 Repair Department: Homeland Security, Department of Procurement Target: US Coast Guard Summary: The Department of Homeland Security, US Coast Guard, is seeking commercial items for the repair of MH-65 aircraft. This combined synopsis/solicitation is a request for quotation (RFQ) and a written solicitation will not be issued. The anticipated award will be a firm-fixed price purchase order on a sole source basis to OECO LLC. The repairs require technical expertise, engineering data, and Original Equipment Manufacturer (OEM) parts. Interested parties with the required capabilities are invited to submit offers in accordance with the provided solicitation documents. The MH-65 aircraft repair is essential for maintaining the operational readiness of the US Coast Guard's aviation fleet. The repairs ensure that the aircraft can continue to perform critical missions such as search and rescue, maritime patrol, and law enforcement activities. The repairs must meet the specified requirements outlined in the solicitation documents. The closing date for receipt of offers is July 30, 2024, at 11:00am EDT. All quotes and questions should be submitted via email to Charles.B.Colson2@uscg.mil, indicating solicitation number 70Z03824QB0000195 in the subject line. Phone call quotes will not be accepted. For more information and detailed requirements, please refer to the attached documents titled "Requirements - 70Z03824QB0000195," "Statement of Work – 70Z03824QB0000195," "Terms and Conditions – 70Z03824QB0000195," "Redacted J and A – 70Z03824QB0000195," and "Wage Determination (ID) 2015-5563 REV 22." Please note that the US Coast Guard Ombudsman Program is available for resolving concerns or filing agency protests. Interested parties are encouraged to seek resolution through this program before pursuing external forums. By providing high-quality repairs to the MH-65 aircraft, the selected contractor will contribute to the operational effectiveness and safety of the US Coast Guard's aviation fleet.
Signal Conditioner
Active
Homeland Security, Department Of
The US Coast Guard's Aviation Logistics Center intends to award a sole-source contract to Sikorsky Aircraft Corporation, the original equipment manufacturer, for a specialized aircraft component known as the Signal Conditioner. This component is critical for the operation of the MH-60T helicopter. Due to Sikorsky's exclusive rights to the technical data required to produce this complex part, the Coast Guard is unable to solicit the work as a competitive procurement. The procurement is for a firm-fixed price contract, with a requested delivery deadline of just 55 days after order receipt. The contract is authorized under FAR 13.106-1(b)(1) and streamlines simplified acquisition procedures. The Coast Guard has determined that Sikorsky is the only source capable of meeting the specialized requirements for this unique component. The logistics center seeks four units of the signal conditioner, specified by NSN part number 6680-01-172-9177, to be delivered to Elizabeth City, North Carolina. Sikorsky Aircraft Corporation will act as an intermediary for the procurement and interested parties should contact Kristen Allen for further information. This notice serves as a request for quotations, with submissions due by 2:00 PM EDT on July 30, 2024. Quotations should be sent to Kristen.L.Allen2@uscg.mil and mrr-procurement@uscg.mil, clearly marked with the solicitation number 70Z03824QJ0000305. The Coast Guard reserves the right to evaluate the responses and determine the most suitable course of action. Award of the contract will be based on the reasonableness of the pricing submitted by Sikorsky Aircraft Corporation.
Overhaul and Repair of the 14RF-37 Propeller Assembly and Components
Active
Homeland Security, Department Of
The US Coast Guard (USCG) seeks proposals from experienced organizations for the overhaul and repair of the 14RF-37 Propeller Assembly and its components. The goal is to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a firm-fixed pricing structure to maintain the airworthiness of the HC-144 Maritime Patrol Aircraft fleet. The selected contractor will provide FAA-authorized maintenance and repair services for Hamilton Sundstrand components, ensuring adherence to Original Equipment Manufacturer (OEM) standards. The scope includes component teardown, inspection, repair, and testing, along with compliance with corrosion treatment protocols. Access to OEM publications and a robust supply chain are essential. This procurement also entails compliance with federal regulations, including those related to telecommunications, responsibility matters, and tax payments, with contractors required to certify their adherence. The contract is divided into a base year and four optional years, with pricing requirements for all periods. The USCG will evaluate proposals based on technical merit, focusing on OEM compliance, turnaround times, subcontracting capabilities, and cost-effectiveness. Interested parties should refer to the attached documents, including the Terms and Conditions, Schedule of Services, Statement of Work, and Past Performance Questionnaire. Key dates to note: the deadline for submitting questions is July 23, 2024, and the closing date for proposals is August 11, 2024. For clarity, it has been emphasized that contractors are not responsible for providing replacement blades if the USCG sends defective propellers for overhaul. The USCG will handle scrap components and issue new tasks as required. Steven Goodwin at steven.a.goodwin@uscg.mil can provide further information. Organizations are encouraged to submit their proposals and engage with this opportunity.