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'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.

    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for repairs and overhauls of the Rescue Hoist Assembly, designated under reference 70Z03824RJ0000006. It specifies the contract's potential performance periods, divided into a base year and multiple option years, with service levels categorized as minor repair, major repair, overhaul, TTE, and BER. Each category includes estimated quantities with a zero-price valuation, indicating no financial commitment expected at this juncture. The conveyance of quantities as "estimated" or "maximum" clarifies that the government is not obliged to fulfill these amounts, thus protecting against price adjustments for the contractor. Overall, the RFP is structured to secure necessary repair services over a timeframe to ensure operational readiness, emphasizing cost control and government compliance in procurement processes. Such documents are vital in the context of federal procurement, ensuring necessary equipment maintenance while outlining the financial implications for contractor participation.
    The document outlines the Statement of Work for the repair and overhaul of the Rescue Hoist Assembly for the U.S. Coast Guard (USCG) Aviation Logistics Center. The contractor is required to evaluate, repair, and return the components to an airworthy condition for use on MH-60T aircraft. The statement emphasizes the need to address corrosion and maintain components per original equipment manufacturer (OEM) specifications, particularly due to the aircraft's operational environment. Key aspects include firm-fixed pricing for different levels of service—teardown, minor, major repairs, and overhauls. The contractor must provide a failure data report for beyond economical repair (BER) components and follow stringent repair guidelines. Quality assurance is crucial; the contractor must maintain ISO 9001 certification and comply with various documentation requirements, including tracking serialized components. Delivery timelines are specified, emphasizing prompt turnaround—15 days for teardown and evaluation, up to 60 days for overhauls. The document details the government’s rights regarding inspections, acceptance of repairs, and procedures for handling defective or improperly repaired components. This structured approach ensures proper maintenance of critical equipment necessary for USCG aviation operations, highlighting the importance of accountability and quality in federal contracting processes.
    The document outlines the terms and conditions relevant to a federal solicitation under the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It establishes essential guidelines for offerors, primarily focusing on requirements related to technical acceptability, pricing, and past performance evaluation, particularly for a project involving the Goodrich Corporation for the repair and overhaul of a Rescue Hoist Assembly. Offerors must provide a Small Business Subcontracting Plan if classified as a large business and must also certify telecommunications compliance. The proposal processes include detailed submission requirements, evaluation criteria, and adherence to various representations regarding business status, tax compliance, and child labor among others. Additionally, the contractor is responsible for quality assurance, including reporting any non-conformities and ensuring compliance with government standards throughout the supply chain. The emphasis on strict adherence to regulations reflects the government's commitment to transparency, accountability, and the successful execution of contracts under federal procurement practices.
    The document refers to a redacted Justification and Approval (J&A) for a contract associated with RFP 70Z03824RJ0000006. This J&A outlines the rationale for a non-competitive contract procurement process, typically utilized in federal acquisitions when market research indicates that only one source can meet the agency's needs. Key points include a description of the services or goods being procured, the specific reasons for bypassing competitive bidding, and the anticipated benefits of the selected approach. It stresses adherence to federal regulations governing such contracts, emphasizing the need for efficiency and effectiveness in fulfilling government objectives. The document aims to ensure transparency and accountability in the procurement process while highlighting the strategic reasons for selecting a particular vendor without a competitive solicitation. Overall, it serves as an essential tool for oversight in government contracting, reinforcing the importance of justifying non-competitive procurements.
    The document appears to be a placeholder as it repeatedly contains "Attachment 5" without any substantive content. Its primary purpose seems to pertain to a section of federal government Requests for Proposals (RFPs) or grants relevant to federal, state, or local agencies. However, without additional details, it is impossible to extract key ideas, supporting details, or discern the intended structure. The document likely serves as a reference or attachment that should contain critical information related to grant opportunities or project proposals, potentially outlining scope, eligibility criteria, or application processes. As it stands, this file does not provide any actionable information or analysis, requiring further context or content to summarize effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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, US Coast Guard, is seeking a repair service for a high-speed shaft assembly. This assembly is typically used in aircraft components and accessories. The repair contract is expected to be awarded to Sikorsky Aircraft Corporation and will consist of a one-year base period and four one-year option periods. The contractor must provide clear traceability to the Original Equipment Manufacturer (OEM) and submit a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The closing date for offers is 5/6/2024 at 2:00PM Eastern Daylight Savings Time. Interested parties can submit quotations to Amy.E.Whitehurst2@uscg.mil.
    Electric Hoist
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from potential suppliers regarding dual and single electric hoists that can meet or exceed the specifications of their current hydraulic hoist. This sources sought notice is intended for market research purposes to identify capable vendors, as the Coast Guard does not possess the specifications or technical data for the existing hydraulic hoist. Interested parties are encouraged to submit their company details and responses to specific questions regarding their capabilities, including potential discounts and lead times, by September 30, 2024, at 12:00 PM EST. Responses should be directed to Trenton Twiford via email at trenton.c.twiford@uscg.mil, with the subject line indicating the notice number 70Z03824IJ0000064.
    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.
    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.
    HC-144 & HC-27J Inverter Repair
    Active
    Homeland Security, Department Of
    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.
    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 items necessary for the maintenance of the MH-60T helicopter. This procurement will be conducted as a sole-source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), due to the specialized nature of the components, which include spacers, straps, and levers that adhere to critical operational standards. The items are essential for maintaining the operational readiness of USCG helicopters, and delivery is requested within 90 days after receipt of order, with early shipments encouraged. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 20, 2024, at 2:00 PM EDT, referencing solicitation number 70Z03824QJ0000370.
    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.
    17--HOIST,INTERNAL,RESC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of internal hoists, identified by NSN 7R-1730-014741646-YR, with a quantity of 10 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources may submit proposals, ensuring the quality and reliability of the parts. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of the notice publication. For further inquiries, Alyssa T. Thieu can be contacted at (215) 697-0169 or via email at ALYSSA.THIEU@NAVY.MIL.