Quantar Radio Repairs - Open, Inspect, Report
ID: 2125405B4200RR007Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide inspection, reporting, and potential repair services for eight QUANTAR BASE STATIONS, identified by National Stock Number 5840-01-628-3408. The contractor will be responsible for opening, inspecting, and reporting on the condition of the equipment, with a requirement to submit an Open and Inspect Report (OIR) and a Beyond Economical Repair (BER) form if applicable. This procurement is critical for maintaining operational readiness and ensuring the reliability of communication equipment essential for Coast Guard missions. Interested vendors must submit their written quotes by May 19, 2025, and include necessary identifiers such as a Unique Entity Identifier (UEI) and Federal Tax Identification Number, with all inquiries directed to Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil.

    Files
    Title
    Posted
    The U.S. Coast Guard (USCG) has issued a Request for Quote (RFQ) for the inspection, reporting, and possible repair of eight QUANTAR BASE STATIONS, listed under National Stock Number 5840-01-628-3408. Responses are due by May 19, 2025, and must be submitted in writing. The contractor will be responsible for opening, inspecting, and providing an Open and Inspect Report (OIR), with the requirement to conduct repairs if feasible, or submit a Beyond Economical Repair (BER) form if not. The contract is classified as a Firm Fixed Price procurement under NAICS code 811210 for electronic and precision equipment repair. Vendors must register in the System for Award Management (SAM) and include necessary identifiers such as a Unique Entity Identifier (UEI) and Federal Tax Identification Number. The evaluation process will prioritize completeness and technical acceptability, with awards granted to the lowest-priced acceptable offer. Overall, this RFQ emphasizes compliance with federal procurement standards to ensure effective service delivery for USCG equipment maintenance.
    The Statement of Work outlines the U.S. Coast Guard Surface Forces Logistics Center's requirement for the repair of QUANTAR VHF Transceivers (Radio Set T5365A-25WATT) to Original Equipment Manufacturer (OEM) standards. The contractor must inspect each unit to determine repairability, providing a detailed report within 30 days of receipt. Equipment deemed Beyond Economical Repair (BER) must be returned with appropriate labeling. The total performance period is 60 days following award, encompassing 30 days for inspection/reporting and an additional 30 days for repairs. All repaired units should be shipped to the designated address in Baltimore, MD, with specific packaging and marking requirements. Additionally, no repair actions are permitted without a new contract or modification. This initiative ensures field units receive reliable, ready equipment essential for Coast Guard missions, reinforcing the agency's operational readiness and efficiency.
    The document outlines the solicitation provisions and clauses relevant to the federal government solicitation number 2125405B4200RR007. It emphasizes the incorporation of various Federal Acquisition Regulation (FAR) provisions, including representations regarding telecommunications equipment and services, particularly those restricted due to national security concerns. Key provisions focus on prohibiting contracting for covered telecommunications and video surveillance services along with requirements for offerors to disclose use of any covered equipment. Additionally, it discusses the obligation of contractors to report identified covered telecommunications equipment during contract performance. The structure consists of FAR provisions, clauses, definitions of terms, prohibitions, and reporting requirements, with a clear focus on compliance for federal solicitations. The document serves to ensure contractors are informed of critical restrictions and necessary disclosures, aligning with the government’s efforts for security and ethical procurement practices. Overall, it underscores the importance of adhering to updated regulations while engaging in government contracts, ensuring transparency and safety in telecommunications provisions.
    The "Packaging and Marking Guide For DoD" serves as an informational document for the Defense Contract Management Agency (DCMA), outlining the essential standards and practices for packaging and marking items destined for military operations. Although not officially adopted by the DoD, it is derived from various government regulations and aims to assist contracting entities in understanding packaging requirements for solicitations and contracts. Key sections cover packaging regulations, particularly for hazardous materials, and detail military packaging methods (levels A and B) necessary for safeguarding items during transit. The guide elaborates on the importance of compliance with standards such as MIL-STD-2073-1E, outlining preservation techniques, marking requirements, and inspection provisions to ensure that all materials are properly secured and labeled according to military specifications. The document emphasizes the contractor's responsibility for quality assurance and adherence to regulatory frameworks, facilitating secure and efficient delivery of military supplies. Overall, this guide plays a pivotal role in aligning military procurement efforts with operational readiness and safety protocols, which is critical in the context of government RFPs and grants.
    The document outlines a request pertaining to items classified as Beyond Economical Repair (BER), specifically for a contract related to a component identified by its National Stock Number (NSN) 5840-01-628-3408 and part number T5365A. It details the issue encountered, recommending specific material or parts for replacement while identifying obsolete components. The labor hours and associated costs for repair, including return shipping, need to be addressed. Stephen R. Flanagan, a Supply Management Specialist with the U.S. Coast Guard, is the main point of contact for this matter. This document serves as a formal communication regarding the repair or replacement of government equipment, reflecting the standard procedures followed in federal procurement processes, including considerations for resource management and operational efficiency in maintaining government assets. It is indicative of the federal government's practices regarding RFPs and grants by ensuring transparency and documentation in the lifecycle of critical equipment.
    The document comprises a standardized inspection report template used for assessing equipment repairs and operational evaluations, particularly for items identified by their National Item Identification Number (NIIN) and Part Number (P/N). It includes sections for detailing problems found, recommended solutions, anticipated material and labor costs, and whether the costs include an open/inspection fee. Three main categories for inspection outcomes are presented: repairs needed, beyond economical repair (BER), and no fault found, along with prompts for documenting specific details related to each case. The report's structured format is designed to inform government procurement processes and support effective decision-making regarding maintenance or replacement of equipment. This inspection framework reflects the broader context of ensuring operational readiness and compliance with federal contracting guidelines as part of a systematic approach to managing government assets.
    The document outlines the procedures for contractors to submit payment requests for NESSS Awards electronically via the Invoice Processing Platform (IPP). A "payment request" is defined as any bill, invoice, or voucher requiring compliance with specific federal regulations, including FAR 32.905(b) regarding invoice content and FAR 31.205-46 for travel expenses, if applicable. Contractors must utilize a designated blank form within the IPP for submissions. Additionally, the document provides links for obtaining more information about IPP and enrollment details, ensuring contractors understand the requirements and process for electronic submissions. This guidance is crucial for maintaining compliance with federal contract financing regulations and facilitating prompt payment processing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Repair Color Weather Radar
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    COUPLING HALF QUICK DISCONNECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 units of Coupling Half Quick Disconnect, identified by NSN 4730-12-408-7920. The items must be individually packaged according to MIL-STD-2073-1E and marked in compliance with MIL-STD-129R, including bar coding as per ISO/IEC-16388-2007, Code 39 symbology. These components are critical for the Coast Guard's logistics and operational capabilities, ensuring the reliability of equipment used in various maritime operations. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must comply with specific packaging and marking requirements outlined in the associated documentation.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    ODMS ANODE PENCIL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 250 ODMS Anode Pencils, a critical component used on the 87 WPB vessels. These anodes, manufactured by Chand Corporation, must be individually packaged according to strict military standards to ensure compliance with packaging, packing, marking, and bar-coding requirements. The contract will be awarded on a Firm Fixed Price basis to the lowest price technically acceptable offeror, with a submission deadline for quotations set for December 9, 2025, at 9:00 AM Eastern Standard Time. Interested vendors should direct inquiries and submit their quotations via email to Eric Goldstein at Eric.I.Goldstein@uscg.mil, ensuring they meet all necessary registration and certification requirements.
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to procure a commercially available system that includes transceivers, receivers, high power amplifiers, and associated hardware and software to ensure reliable Beyond Line Of Sight (BLOS) communications at various shore facilities. This initiative is critical for maintaining operational capabilities, as the current systems are outdated and lack necessary support and spare parts. Interested vendors are encouraged to submit their responses, including company capabilities and cost estimates, by December 21, 2025, to Kenneth S. Boyer at kenneth.s.boyer@uscg.mil.