Repair and Overhaul Rescue Hoist Assembly
ID: 70Z03824RJ0000006Type: 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, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair and overhaul services for Rescue Hoist Assemblies used in MH-60T aircraft. The procurement includes a base contract and four option years, with specific requirements for minor repairs, major repairs, overhauls, and testing and evaluation, ensuring that critical rescue equipment remains operational and compliant with maintenance standards. This opportunity is vital for maintaining the safety and reliability of aviation operations within the Coast Guard, emphasizing adherence to Original Equipment Manufacturer (OEM) specifications and quality assurance protocols. Interested contractors can contact Nicholas Woolard at Nicholas.S.Woolard@uscg.mil or 252-334-5099, or Cariss Perry at Cariss.T.Perry2@uscg.mil or 571-613-5875 for further details.

    Files
    Title
    Posted
    The document details a federal Request for Proposal (RFP) concerning maintenance and repair services for Rescue Hoist Assemblies, identified by the National Stock Number (NSN) 3950-01-HS1-2918. It outlines a base contract option along with four subsequent option year contracts, each specifying quantities and types of services required, including minor repairs, major repairs, overhauls, and testing and evaluation (TTE) items. The estimated quantities for each category across the contract years total to 50 minor repairs, 5 major repairs, 5 overhauls, 1 TTE, and 1 burdened equipment review (BER) per option year, all listed at a price of $0.00. The periods of performance are to be determined upon award, signaling a timeline that remains undetermined. Additionally, the document emphasizes that if the government fails to supply the listed quantities, no contractor price adjustments will be permissible. This RFP serves as a formal solicitation for qualified contractors to submit bids, ensuring that essential rescue equipment remains operational and compliant with maintenance standards while managing budget expectations.
    The document outlines the Statement of Work for the U.S. Coast Guard's (USCG) requirement to repair and overhaul rescue hoist assemblies designated for MH-60T aircraft. The contractor is responsible for evaluating, repairing, and returning components to airworthy condition while adhering to specific guidelines due to the challenging saltwater environments encountered in USCG operations. Service evaluations include determining if parts require minor or major repairs, overhauls, or are beyond economical repair (BER), with various fixed prices set for these evaluations. The contractor must ensure compliance with Original Equipment Manufacturer (OEM) specifications and maintain ISO 9001 certification, including generating detailed reports for each repaired component. Documentation requirements are extensive, with serial number tracking to validate received and returned components. The statement specifies delivery timelines for various services ranging from 15 to 60 days post-receipt of components. The overarching purpose of this document is to ensure the proper maintenance and repair of rescue hoist assemblies critical for USCG aviation missions, emphasizing quality, safety, and operational reliability throughout the work performed under the terms of the contract.
    This document outlines the terms and conditions associated with the federal solicitation 70Z03824RJ0000006, which pertains to the procurement of commercial products and services. Key provisions include acceptance of the order as per Federal Acquisition Regulation (FAR) 15.504, stipulating that offers must remain firm for 120 days, and the requirement for large businesses to submit a Small Business Subcontracting Plan. Proposals will be assessed based on Technical Acceptability, Past Performance, and Price, with a focus on Goodrich Corporation as the sole source for the Rescue Hoist Assembly repair and overhaul. The document delineates criteria for Technical Acceptability, requiring compliance with the Statement of Work and demonstrating OEM traceability. Price evaluations will focus on ensuring fair and reasonable pricing. Additionally, the document touches on legal requirements related to telecommunications, certifications of various business types, environmental and employee rights compliance, and restrictions on certain corporate activities. Furthermore, it mandates quality assurance protocols for products touching USCG aircraft, including shipment, packaging guidelines, and necessary documentation to ensure compliance and traceability during delivery. The emphasis on strict adherence to regulations and substantiated submissions underscores the government's commitment to accountability and integrity in contracting processes.
    The document titled "Attachment 4 - 70Z03824RJ0000006 Redacted J&A" serves as a justification and approval for a specific government procurement action. While the content is redacted, the intent is to outline the rationale for the chosen vendor or service provider under federal regulations. This justification is likely to encompass the necessity of the services, the uniqueness of the provider’s capabilities, and compliance with legal standards governing federal expenditures. Such documents typically include details on the evaluation process for selecting the vendor, reasons for disregarding competitive bidding, and intended outcomes. The overarching purpose aligns with ensuring transparency and accountability in government spending while optimizing the use of resources for projects under federal grants and requests for proposals (RFPs). This document illustrates the federal procurement process's structured approach, ensuring that decisions are made in the best interest of public service and compliance with statutory obligations.
    The document titled "Attachment 5" appears to serve as a placeholder or reference point, suggesting a part of broader federal or local government documentation related to Requests for Proposals (RFPs) and grants. Although the content lacks specific details due to its repetitive nature, it is likely designed to support the proposal process by providing vital information, guidelines, or templates. RFPs are essential for government agencies to solicit bids for services or projects, ensuring transparency and competition. Typically, they encompass project objectives, application procedures, evaluation criteria, and compliance requirements. The absence of substantive content in the attachment may indicate that it is meant for administrative or procedural function, aiding in organizing the RFP process. Overall, while the actual details are not present, the document represents an integral component of government framework aimed at facilitating funding opportunities and soliciting qualified proposals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MH-65 REPAIR OF GEAR HOUSING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for the gear housing component of the MH-65 helicopter. The procurement involves a combined synopsis/solicitation for commercial items, requiring contractors to perform repairs in accordance with original equipment manufacturer (OEM) specifications and maintain airworthiness standards. This opportunity is critical for ensuring the operational readiness of the Coast Guard's aviation assets, with a firm-fixed price purchase order anticipated to be awarded competitively. Interested parties must submit their quotations by March 12, 2025, at 11:00 am EST, and can direct inquiries to Mary Elaina Price at elaina.m.price@uscg.mil or Terrie L. Pickard at Terrie.L.Pickard@uscg.mil.
    Overhaul of Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Repair Elevators for the Support of the HC-144 Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to repair the elevators for the HC-144 aircraft, focusing on the Left Hand and Right Hand Elevators. The procurement aims to address corrosion and damage that exceed the repair capabilities of the Coast Guard's current resources, necessitating specialized maintenance services to restore these components to airworthy standards. This contract is critical for ensuring the operational readiness and safety of the HC-144 aircraft, which plays a vital role in various missions. Interested parties should submit their proposals electronically, adhering to the outlined requirements, including compliance with the Federal Acquisition Regulation and specific technical certifications, with a commitment to pricing for 60 days. For further inquiries, contact Allison T. Meads at allison.t.meads@uscg.mil.
    Repair Aux Fuel Management Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor to repair the Auxiliary Fuel Management Control for the MH-60T aircraft. The procurement involves conducting inspections, repairs, and evaluations of specified components, ensuring adherence to original manufacturer specifications and industry standards, with a focus on identifying components as No Fault Found (NFF) or Beyond Economical Repair (BER). This repair service is critical for maintaining operational readiness and safety of the Coast Guard's aviation assets. Interested parties must submit their quotations by 2:00 PM EDT on March 20, 2025, to the designated contacts, Julie Lininger and the MRR Procurement Mailbox, with the solicitation number 70Z03825QJ0000191 referenced in the subject line.
    Open/inspect/report Shaft W/universal J, composit
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of a propeller shaft with universal joints, part number 204840-00, used in the OTH IV vessel. Contractors are required to disassemble, inspect, and quote necessary repairs to meet original equipment manufacturer specifications, with a cost cap of $4,786.80 for the overhaul. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, emphasizing the importance of quality and compliance in federal procurement processes. Interested contractors should contact Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or call 410-762-6509 for further details and to submit proposals.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for actuators used in the HC-27J and HC-144 aircraft. The procurement requires vendors to be FAA 145 certified and capable of performing at least 50% of the work at their certified facilities, ensuring compliance with Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is critical for maintaining the operational readiness of Coast Guard aircraft, with a focus on reliable repair services for essential components. Interested vendors must submit their capability information within ten calendar days from the posting date, with the solicitation closing on March 12, 2025, at 12:00 PM EST. For inquiries, contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    Repair of APU for HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair and overhaul services for the Auxiliary Power Unit (APU) of the HC-27J aircraft. The procurement requires contractors to be either the Original Equipment Manufacturer (OEM), an authorized repair center, or an FAA Certified 145 Repair Center, with strict adherence to quality standards and documentation requirements. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation components, ensuring compliance with federal regulations and environmental health standards. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which emphasizes regulatory compliance and ethical business practices in federal contracting.
    Repair Satcom SDU for the Support of the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair the Satcom SDU for the HC-27J aircraft. The procurement involves inspection, repair, and overhaul of the Satcom SDU components, requiring contractors to be Original Equipment Manufacturers (OEMs), authorized repair centers, or FAA-certified entities. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's aviation assets, with a turnaround time of 90 days for completed work and stringent compliance with OEM standards and FAA regulations. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which is governed by federal acquisition regulations and includes specific wage determinations for compliance.
    Repair Data Concent Unit
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair a Data Concent Unit as part of a combined synopsis/solicitation process. The procurement involves restoring components used in the MH-60T aircraft to a Ready for Issue (RFI) status, adhering to original equipment manufacturer (OEM) specifications, and ensuring compliance with stringent quality management standards. This opportunity is critical for maintaining the operational integrity of the USCG aviation fleet, particularly for search and rescue missions, and is expected to be awarded on a sole-source basis to SCI Technology, Inc. Interested parties must submit their quotations by March 19, 2025, with an anticipated award date of March 21, 2025. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    CGC HOLLHOCK MAIN REDUCTION GEAR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of the Main Reduction Gear on its vessels, with a focus on conducting a hot oil flush to restore operational readiness. The procurement requires contractors to perform unplanned maintenance on the Philadelphia Gear Model 96DHCMG-CP, which includes flushing procedures to remove internal contaminants and ensure proper oil flow, utilizing government-furnished lubricating oil and adhering to Coast Guard technical standards. This contract is critical for maintaining the safety and operational efficiency of the Coast Guard's maritime assets, and it is set aside for small businesses under the SBA guidelines. Interested parties should contact Brenden Cox at brenden.s.cox@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil for further details regarding the submission process and requirements.