Notice of Intent to Sole Source - Osiris PCI Radar Interface Card Repairs
ID: 2125405B4200CM007Type: Special Notice
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's C5I Division 2, intends to issue a sole-source contract to GDCA, Inc. for the maintenance and repair of the Osiris PCI Radar Interface Card. This procurement is necessary due to GDCA's unique position as the only authorized repair source for Curtiss-Wright's Legacy Radar Hardware Products, which are critical for the Coast Guard's operational capabilities. The contract will involve inspecting and repairing 20 units, with a firm-fixed price structure and a requirement to return the repaired units to the Surface Forces Logistics Center in Baltimore, MD, within 210 days of order receipt. Interested parties are invited to submit their qualifications by March 17, 2025, although the contract is primarily designated for GDCA based on market research and federal procurement regulations allowing for non-competitive bidding.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The United States Coast Guard's C5I Service Center plans to issue a sole-source contract to GDCA, Inc. for the maintenance and repair of the Osiris PCI Radar Interface Card, a task necessitated by the exclusive capabilities GDCA holds as the only authorized repair source for Curtiss-Wright's Legacy Radar Hardware Products. The proposed contract is firm-fixed price, with a response deadline of March 17, 2025. The work involves inspecting and repairing 20 units and shipping them back to the Surface Forces Logistics Center in Baltimore, MD, within 210 days after receipt of order. The announcement specifies a single vendor's eligibility based on market research and highlights the technical requirements provided in the statement of work. While the notice invites other interested parties to submit their qualifications, the contract's sole-source nature is emphasized due to the lack of alternative vendors equipped for these repairs. This procurement action aligns with federal procurement regulations under FAR 13.106-1(b), allowing for non-competitive bidding when only one responsible source exists.
    Lifecycle
    Similar Opportunities
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the quantity to four units within one year of the initial award. This procurement is critical for maintaining the operational readiness of aircraft components, as the CNIS Processors are essential for air transportation support activities. Interested vendors must comply with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR), ensuring adherence to technical and financial integrity standards. For inquiries, bidders can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil, with submissions due as specified in the RFQ documentation.
    CONTROL UNIT GOVERNOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul services for the Control Unit Governor, a critical component used in the WMEC 270 Class Digital Speed Control System. The procurement requires that all items received match the specified part number and adhere to detailed overhaul procedures outlined in referenced manuals, ensuring compliance with military standards for packaging and shipment. This initiative is vital for maintaining the reliability and performance of essential electronic components in Coast Guard operations. Interested parties should contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658, with a cost estimate not to exceed $6,236.57 for the services required.
    Panel Control, electrical
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure forty proprietary electrical control panels from Marinette Marine Corporation through a sole-source contract. This procurement is critical for the operational integrity of Coast Guard vessels, as the specialized equipment is essential for their functionality and performance. The justification for this sole-source acquisition is based on the proprietary nature of the technical data held exclusively by the manufacturer, with no alternative suppliers able to meet the agency's requirements. Interested parties can reach out to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or by phone at 410-762-6509 for further information regarding this opportunity.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    Engineering and Obsolescence Support for Common Total Ship Computing Environment
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.
    REPAIR OBIGGS CONTROL PANE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to repair the OBIGGS control panel as part of its aviation logistics operations. This procurement aims to ensure the functionality and reliability of aircraft components and accessories, which are critical for maintaining air transportation support activities. The selected contractor will be responsible for the maintenance and repair of essential equipment, contributing to the overall safety and efficiency of Coast Guard aviation operations. Interested parties should contact Debra Heath at DEBRA.W.HEATH@USCG.MIL for further details regarding the solicitation process.
    WMSL RFDS Replacement – Maritime Communication Controller (MCC)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential vendors for the replacement of the Radio Frequency Distribution System (RFDS) software, focusing on the Maritime Communication Controller (MCC). This procurement aims to assess market capabilities for modifying and sustaining the MCC software, which is vital for maritime communications on cutter platforms, and requires vendors to demonstrate access to the proprietary MCC software from Lockheed Martin or propose alternative methods for its recreation. Interested companies must submit capability statements detailing their design, integration, testing, and cost competitiveness by March 10, 2025, at 5:00 PM EST, with the possibility of a formal Request for Proposal (RFP) being published on SAM.gov if market interest is sufficient. For further inquiries, vendors can contact Courtney Woodley at courtney.t.woodley@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    4 BUTTON CONTROL PANEL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure fifty power panels (P/N: 23519499) through a combined synopsis/solicitation. These panels are critical for the operation of the Coast Guard's 47' Motor Lifeboat (MLB) vessels, and the procurement is justified as only one source, PENN Power Group, can provide these unique components due to proprietary technical data restrictions. The U.S. Coast Guard has conducted market research but has not identified alternative vendors capable of meeting the specific requirements, emphasizing the importance of these parts for maintaining operational readiness. Interested parties can reach out to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or by phone at 410-762-6509 for further details.