Searchlight Control Repair
ID: 70Z03825QJ0000132Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

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 qualified contractors for the repair of Searchlight Control units used in MH-60T aircraft. The procurement involves evaluating, repairing, and potentially disposing of these units, with specific requirements for compliance with OEM standards and corrosion management due to the operational environment. This opportunity is critical for maintaining the operational integrity and safety of U.S. Coast Guard aircraft systems. Interested contractors should direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must adhere to the wage determination outlined in the attached documents to ensure compliance with federal labor standards.

    Point(s) of Contact
    MRR Procurement Mailbox
    mrr-procurement@uscg.mil
    Files
    Title
    Posted
    The document outlines the terms and conditions related to federal procurement for repairs involving Grimes Aerospace Company. It specifies that the solicitation is based on a sole source award, requiring offerors to meet specific technical and pricing criteria. Key evaluation criteria include technical acceptability based on repair capabilities, access to OEM manuals, and the necessity for a Certificate of Conformance. Offers will be assessed using the lowest priced, technically acceptable method, emphasizing the importance of submissions being complete with documentation. The procurement terms also cover requirements around offeror representations and certifications, including complicity in certain labor practices and adherence to laws regarding telecommunications equipment. The contractor is obligated to maintain stringent quality assurance and packaging standards for products related to USCG aircraft, alongside detailed shipping and invoicing procedures. The intent of this document is to ensure compliance with federal acquisition regulations while facilitating efficient procurement processes for specialized repair services, highlighting crucial standards for technical capability, certifications, and governmental oversight.
    This document outlines a Request for Proposal (RFP) related to the acquisition of services for the evaluation, repair, and potential disposal of Searchlight Control units (NSN: 6220-01-HS2-7070, Part Number: 45-0441-4-2). It includes three main line items: testing and evaluation with no fault found, repair of up to 10 units, and units identified as Beyond Economic Repair (BER) or scrap. The pricing for repairs is indicated as $0.00, and instructions specify that the lead times and F.O.B. (Free on Board) shipping details must be provided. The document emphasizes that should a unit be deemed BER, the associated fees will prevail, excluding overlapping charges for evaluation if applicable. Vendors are advised to clarify any additional fees or discounts in their quotations. The communication directs inquiries to a specified U.S. Coast Guard contact for assistance in completing the submission. Overall, the document serves as a guideline for potential contractors regarding the requirements and conditions for submitting proposals for government procurement.
    The Statement of Work (SOW) outlines the requirements for the repair of USCG searchlight components used in MH-60T aircraft. The contractor is tasked with assessing components for airworthiness, implementing repairs as per specified OEM standards, and complying with corrosion management protocols due to the saltwater operational environment. Components must be returned in a Ready for Issue (RFI) condition, with strict guidelines for inspection and maintenance. Key tasks include conducting evaluations, preparing failure reports for non-repairable components, replacing defective parts with OEM specifications, and maintaining meticulous records of repairs. The documentation must include a Certificate of Airworthiness and a Certificate of Conformance. The contractor is also responsible for maintaining a quality management system aligned with ISO standards and providing thorough cleaning of components before return. Delivery schedules stipulate that test evaluations must be completed within fifteen days and repairs within thirty days of receiving the components. The rigorous oversight includes quarterly audits and validation of components to ensure compliance and operational readiness. Overall, the SOW underscores the USCG's commitment to operational integrity and safety in its aircraft systems.
    This document outlines the terms and conditions for a government solicitation (70Z03825QJ0000132), including provisions related to the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It specifies that the acquisition is anticipated to be awarded on a sole source basis to Grimes Aerospace Company, with evaluation criteria centering on technical acceptability and pricing. The offeror must provide proof of OEM certification, establish repair turnaround times, and demonstrate access to essential repair manuals. The document emphasizes the need for compliance with numerous representations and certifications, covering aspects like telecommunications equipment, small business certifications, and compliance with federal regulations on labor standards and child labor. Furthermore, it includes quality assurance guidelines specific to items affecting USCG aircraft, detailing requirements for proper packaging, shipping, documentation, and inspections. The focus of the solicitation underscores the government's intention to ensure fair pricing, technical reliability, and adherence to rigorous safety and regulatory standards, reflecting its priority on effective and transparent procurement processes within federal and state contexts.
    The document titled "Attachment 5 - Wage Determination Ohio - 70Z03825QJ0000132" outlines specific wage rates for various occupations within Ohio, as mandated by federal guidelines. It serves as a critical reference for contractors and organizations responding to federal RFPs and grants, ensuring compliance with established wage standards. The file details classifications of labor categories, corresponding wage rates, and includes fringe benefit requirements for each occupation. This wage determination is essential to uphold fair labor practices and prevent exploitation of workers on federal projects. The document's structure includes the classification of job categories, hourly wage rates, and additional benefits, thus providing a comprehensive framework for contractors to calculate appropriate compensation for employees. By enforcing these wage determinations, the government seeks to maintain equitable pay standards on federally funded contracts and grants, contributing to the overall economic health of the region. Compliance with these wage rates not only protects workers but also fosters a fair competitive environment for contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair Aux Fuel Management Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to perform repairs on the Auxiliary Fuel Management Control for the MH-60T aircraft. The procurement requires contractors to conduct inspections, repairs, and evaluations of specified components, ensuring adherence to original manufacturer specifications and industry standards. This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard assets, emphasizing the importance of regulatory compliance and quality assurance in government procurement. Interested contractors should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details.
    Repair of High-Speed Shaft Assembly
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement requires a thorough inspection, testing, and evaluation of components, with adherence to Original Equipment Manufacturer (OEM) specifications and FAA standards, ensuring that all repairs restore components to a serviceable condition. This opportunity is critical for maintaining the operational readiness and safety of U.S. Coast Guard aviation capabilities. Interested contractors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, with proposals due within specified timelines, including completion of testing within 15 days and repairs within 90 days.
    Repair of Modulating Valves
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the repair of modulating valves used in MH-60T aircraft through a multi-year federal contract. The contractor will be responsible for assessing and repairing a total of 175 corroded valves, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, while also documenting the repair process and results. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard missions, with a focus on efficiency and accountability in managing the repair of essential aircraft components. Interested parties should contact Steven Levie at steven.a.levie@uscg.mil or 206-815-2059 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul and repair of actuators used in HC-27J and HC-144 aircraft. The procurement involves comprehensive services including teardown, inspection, rework, assembly, and testing of actuator assemblies, adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military equipment, ensuring that the Coast Guard's aircraft fleet remains airworthy and reliable. Interested vendors should contact Logan J. Brown at LOGAN.J.BROWN3@USCG.MIL or Dmitri E. Mercer at Dmitri.e.mercer@uscg.mil for further details, as the solicitation is structured over multiple contract years with specific requirements for compliance and technical acceptability.
    Repair of Bus Interface Unit for the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractors for the repair of the Bus Interface Unit for the HC-27J Aircraft. The procurement requires contractors to possess OEM authorization or FAA certification and to adhere strictly to OEM specifications, including thorough inspections and detailed documentation of repairs. This opportunity is crucial for maintaining the airworthiness and operational readiness of Coast Guard aircraft, ensuring compliance with federal safety standards. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details, and proposals must be submitted electronically, adhering to the specified regulations and deadlines.
    Overhaul Servovalve, Hyd
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the overhaul of hydraulic servovalves used in MH-60T aircraft. The procurement requires the contractor to receive and assess 12 servovalves, determining their condition and restoring non-Ready for Issue (RFI) components to Original Equipment Manufacturer (OEM) performance standards, while adhering to FAA guidelines for inspections and corrosion treatment. This overhaul is critical for maintaining the operational readiness and safety of the aircraft, ensuring compliance with military standards throughout the process. Interested parties should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details, as the contract emphasizes sole source acquisition with specific evaluation criteria and compliance requirements.
    ELT 503-7
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors for the procurement of commercial items under the solicitation titled "ELT 503-7." This opportunity focuses on the acquisition of airframe structural components, with a particular emphasis on ensuring technical acceptability based on the Original Equipment Manufacturer's (OEM) ability to deliver new items. The procurement is critical for maintaining the operational readiness of the Coast Guard's aviation assets, highlighting the importance of quality and compliance with federal regulations. Interested parties can reach out to Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details regarding the solicitation process and requirements.
    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 Satcom SDUs in support of the HC-27J aircraft. The procurement requires contractors to inspect, repair, and overhaul aircraft components, adhering to OEM specifications and maintaining ISO 9000 quality standards. This initiative is crucial for ensuring the airworthiness and operational readiness of U.S. Coast Guard aircraft, with a turnaround time for services set at 90 days, although earlier completion is preferred without additional costs. Interested vendors should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which emphasizes compliance with federal regulations and the submission of required documentation.
    Repair Color Weather Radars
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to repair color weather radars under a combined synopsis/solicitation. The procurement involves the repair and testing evaluation of a specific Color Weather Radar system (NSN: 5821-01-522-5712; Part Number: 7009330-911), which includes provisions for new equipment, repairs of existing units, and the identification of units deemed Beyond Economic Repair (BER). This equipment is critical for aviation operations, ensuring reliable weather data for mission success. Interested contractors should direct inquiries to Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must adhere to the outlined terms and conditions, including compliance with wage determinations applicable in Kansas.
    Overhaul of Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), 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 securing maintenance services that include major and minor overhauls, inspections, and testing of various gearbox components, with a focus on delivering gearboxes in a "Ready for Issue" (RFI) condition. This initiative is critical for maintaining the functionality of approximately 51 aircraft, emphasizing compliance with federal regulations and high-quality standards throughout the overhaul process. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details, as the contract's total value and specific deadlines are yet to be determined.