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
    70--ICS TRANSMIT UNIT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair and modification of the ICS Transmit Unit. The procurement aims to secure firm fixed-price repair services for the teardown, evaluation, and restoration of these units to "A" condition, with a total quantity of 19 units required. This equipment is critical for various military applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must submit their quotes by May 30, 2025, to Amber Wale at amber.wale@navy.mil, with a repair turnaround time of 204 days stipulated in the contract requirements.
    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 Original Equipment Manufacturer (OEM) specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of the Coast Guard's aircraft fleet, with a firm-fixed price purchase order anticipated to be awarded on a sole source basis to Honeywell International Inc. Interested vendors must submit their quotations by December 5, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    USCG Maritime Public and Tactical Communications (MPTC)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking industry input through a Request for Information (RFI) for the Maritime Public and Tactical Communications (MPTC) program, aimed at replacing and modernizing the existing Rescue 21 system. The USCG's objectives include enhancing distress and tactical communications for maritime search and rescue (SAR) and law enforcement operations, addressing issues such as obsolescence, limited sensor integration, and cybersecurity vulnerabilities. This initiative is critical for ensuring effective maritime domain awareness and operational efficiency in distress response scenarios. Interested vendors are encouraged to submit their technical solutions, including details on costs, cybersecurity measures, and system performance, by November 14, 2025. For further inquiries, contact David S. Gonzalez at David.S.Gonzalez@uscg.mil or by phone at 771-210-0304.
    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 under a sole source procurement. The contractor must be an approved repair facility with Original Equipment Manufacturer (OEM) certifications, providing services that include testing, evaluation, and repair in accordance with OEM specifications and FAA guidelines. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested parties should submit their quotations by December 4, 2025, at 2:00 PM EST, to the designated contacts, Julie Lininger at julie.g.lininger@uscg.mil and mrr-procurement@uscg.mil, with the solicitation number 70Z03825QJ0000379 in the subject line. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    TRANSMITTER,INFRARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the procurement of the TRANSMITTER, INFRARE, as part of the N0010425QXA66 solicitation. This contract involves the manufacture and supply of specialized communication equipment, which is critical for the operation of the 5"/54-Caliber Gun Mount MK45. The procurement is governed by strict quality assurance and inspection requirements, including compliance with ISO9001 standards and various military specifications. Interested vendors must submit their quotes electronically by June 11, 2025, and are encouraged to contact Stacey L. Whited at 717-605-4448 or via email at stacey.l.whited.civ@us.navy.mil for further details.
    Sources Sought Notice for Mobile Boat Hoist Inspect, Recertification, and Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources for the inspection, recertification, and repair of mobile boat hoists as outlined in their Sources Sought Notice. The contractor will be responsible for providing U.S. Department of Labor-accredited inspectors to conduct operational and load testing, report deficiencies, and perform necessary repairs across multiple locations from FY2027-2032, adhering to OSHA and ANSI standards. This procurement is critical for maintaining the safety and operational readiness of weight handling equipment used by the Coast Guard, which spans various districts across the United States. Interested parties must submit their capabilities, including company information and business size, by December 15, 2025, and can contact Stephanie Andrew at stephanie.r.andrew@uscg.mil for further details.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    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.
    COMMUNICATION SYSTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of communication systems under a federal contract. The procurement aims to secure repair services for specific communication equipment, with a focus on meeting operational and functional requirements as outlined by designated Cage Codes and reference numbers. This contract is critical for maintaining the operational readiness of naval communication systems, ensuring they meet the necessary quality and performance standards. Interested contractors should submit their quotes, including unit prices and repair turnaround times, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with the expectation of a firm-fixed-price contract and adherence to specified quality assurance measures.
    58--COMMUNICATONS BAR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure a Communications Bar, identified by NSN 7H-5895-017000031, through a presolicitation notice. The procurement involves a quantity of 10 units, with delivery terms set to FOB Origin, and is classified under the PSC code 7G20, which pertains to IT and Telecom - Network: Analog Voice Products. This item is critical for naval operations, and the Navy has determined that it can only be sourced from approved suppliers due to the lack of technical data necessary for production. Interested vendors must submit a Source Approval Request (SAR) to become an approved repair source, with the understanding that the review process by NAVSEA may be lengthy. For further inquiries, potential bidders can contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL. Proposals must be submitted within 45 days of the notice publication, and the government reserves the right to determine the competitive nature of the procurement based on the responses received.
    MONITOR,ANTENNA-RAD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of the MONITOR, ANTENNA-RAD. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific guidelines including a Repair Turnaround Time (RTAT) of 182 days and compliance with Item Unique Identification (IUID) requirements. This equipment is critical for military operations, necessitating high standards of quality and timely delivery. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days and additional details as outlined in the solicitation.