Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM)
ID: 70Z03824RJ0000013Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking qualified contractors to provide Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM) for its aviation operations. The procurement aims to ensure comprehensive maintenance, repair, and overhaul of USCG aircraft and related equipment, with a focus on maintaining operational readiness and compliance with safety and quality standards. This contract, which spans from March 16, 2025, to March 15, 2030, includes a total small business set-aside and emphasizes the need for skilled personnel across various labor categories, including Senior Project Managers and Aircraft Mechanics. Interested parties should direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, with proposals due by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the terms and conditions for a solicitation (70Z03824RJ0000013) by the Department of Homeland Security (DHS) under FAR and HSAR regulations. It specifies requirements for offerors in submitting proposals, including three volumes: Technical Approach, Price Volume, and Past Performance Questionnaire. Key points include a 120-day price validity post-solicitation closure, adherence to Service Contract Labor Standards, and the evaluation criteria for proposals—focused on achieving the lowest priced, technically acceptable offeror with acceptable past performance. Offerors must demonstrate management and staffing approaches, required certifications, and readiness to handle potential personnel turnover. The technical volume must detail execution strategies for the Statement of Work (SOW), with clear explanations excluding merely rephrasing government requirements. Offerors need to comply with various certifications regarding telecommunications, child labor, and tax liabilities. The document emphasizes the importance of transparent communication, quality management, and compliance with federal contracting regulations, indicating the importance of competitive integrity and operational standards in public procurement processes.
    The document outlines the Statement of Work for Aircraft Maintenance Services (AMS) required by the United States Coast Guard (USCG) Aviation Logistics Center (ALC). It emphasizes the necessity for qualified personnel to perform various maintenance and repair functions on aircraft, Ground Support Equipment (GSE), and related components, crucial to USCG aviation operations. The contract covers an estimated labor requirement across several positions, including Senior Project Managers, Aircraft Mechanics, and support staff, spanning from March 2025 through March 2030 with base and option periods. Key types of work include Programmed Depot Maintenance (PDM), service requests, and overhaul tasks, with detailed qualifications and responsibilities for each job category specified. The document stresses strict adherence to safety protocols, quality control, and documentation standards, with contractors required to provide trained personnel with specific expertise. Additionally, the government will supply necessary tools and equipment for these operations. The scope emphasizes the importance of maintaining aircraft readiness to support USCG missions, highlighting the collaborative role of contractor personnel in achieving operational efficiency and safety compliance throughout the contract duration.
    The document consists of a Q&A format addressing various clarifications regarding Solicitation 70Z03824RJ0000013, focusing on proposal submission instructions, certification requirements, past performance assessments, and contractor responsibilities. Key points include the amendment to submission instructions confirming a total of three proposal volumes required: a Technical Approach Volume, a Price Volume, and a Past Performance Questionnaire. The document clarifies that AS9100D certification is acceptable as a substitute for AS9110 certification. It underscores the necessity for past performance references to be relevant contracts within the last five years. Additionally, it addresses inquiries about the evaluation process, stipulating that the government will only evaluate the lowest-priced proposals for technical acceptability. Clarifications on the designation of Key Personnel indicate four specific roles are required, and all resumes are to be available upon request. The government recognizes the importance of aligning requirements with industry standards and maintaining transparency throughout the review process, assuring bidders that further amendments will be posted on SAM.gov. Overall, the document serves to refine and clarify expectations within the solicitation, facilitating compliance and fair evaluation processes for prospective bidders.
    The document is a seniority list from the ALC CBA, detailing various labor categories within an organization. It includes employee positions such as Aircraft Mechanic I and II, Machine Tool Operator, and Aircraft Worker, along with their respective seniority dates, bi-weekly, and annual vacation entitlements. Each entry specifies the role, seniority date, and calculated vacation hours, reflecting both accrued vacation benefits and their respective work shifts. This enumeration serves to illustrate the workforce structure and benefits distribution, which is pertinent for organizational planning, staffing needs, and employee relations within the context of labor agreements typically associated with government contracts. The data is essential for creating transparency in employee treatment and ensuring compliance with labor agreements, while also indicating the longevity and experience levels of individuals in key positions. Overall, the document underscores the importance of seniority in determining vacation benefits and maintaining workforce morale.
    This document outlines the AMS Schedule of Services related to Solicitation 70Z03824RJ0000013, detailing a one-year contract for various aircraft maintenance positions. It lists a range of labor categories, including Senior Project Managers, Aircraft Mechanics (I and II), Aircraft Workers, Aircraft Mechanic Helpers, Machine Tool Operators, and Ground Support Equipment personnel, along with their estimated quantities and pricing structure. Each position is categorized by shifts (1st and 2nd), with corresponding overtime provisions noted. The document is divided into four option periods, where each section includes identical labor categories and requirements for a one-year duration, indicating the potential for contract renewal. Instructions for bidders emphasize filling in unit prices and conditions for invoicing any additional charges. The document stresses adherence to outlined work specifications and invites bidders to clarify their queries with a designated point of contact. Overall, the purpose of this solicitation is to procure specialized labor resources necessary for effective aircraft maintenance and support, reflecting regulatory compliance within government contracting frameworks. The comprehensive schedule underscores the systematic approach needed for contract management in federal acquisitions, reassuring stakeholders of efficient operations in servicing aircraft.
    This document outlines the terms and conditions pertaining to a federal solicitation (70Z03824RJ0000013) issued by the Department of Homeland Security for contracts involving commercial products and services. It details requirements for offerors, including submission instructions for proposals divided into three volumes: Technical Approach, Price Volume, and Past Performance. The evaluation process will prioritize the lowest priced, technically acceptable offers, considering compliance with the Statement of Work (SOW) and past performance ratings. Offerors must complete specific FAR provisions and maintain prices for 120 days. Technical proposals must demonstrate a clear understanding of the SOW and how the organization's personnel will meet contract requirements. A focus is placed on promoting diversity in staffing and ensuring compliance with federal labor standards, alongside criteria for management and staffing approaches. Additionally, offerors must adhere to certifications regarding child labor, compliance under federal law, and the use of covered telecommunications equipment. The document delineates expectations for technical capability and past performance assessments, emphasizing that only acceptable proposals will be considered for award, ensuring that all company representations conform to the necessary regulations and ethical standards.
    The statement of work (SOW) outlines the requirements for Aircraft Maintenance Services (AMS) to support the United States Coast Guard (USCG) Aviation Logistics Center (ALC). The ALC is responsible for centralized logistics of USCG aviation, conducting depot level maintenance (DLM) on aircraft every four years. The contractor will provide personnel, technical capability, and supervision for AMS covering various aircraft and support equipment, with services anticipated to begin on March 16, 2025. The contract specifies diverse maintenance tasks including Programmed Depot Maintenance and Service Requests, along with required qualifications for various labor categories from Senior Project Managers to Aircraft Mechanic I roles. Training is mandated to ensure qualified personnel, with strict guidelines for performance and reporting. Key tasks involve maintaining aircraft structures, troubleshooting systems, and ensuring airworthiness. The document emphasizes the importance of compliance with standards, quality control, and environmental regulations. This comprehensive SOW functions within the framework of federal RFP processes, ensuring that all contractors meet the USCG’s operational needs while adhering to strict regulatory and safety standards.
    This document, titled "Amendment 3 (A00003) Solicitation 70Z03824RJ0000013," serves as a compilation of questions and answers regarding a federal Request for Proposals (RFP). It clarifies eligibility criteria, submission requirements, and conditions for specific certifications and standards, such as the AS9110 certification, medical surveillance under OSHA standards, and the stipulations related to collective bargaining agreements (CBA) for contractor labor. Key amendments in the document address necessary changes in staffing approaches, the proposal evaluation method (Lowest Price Technically Acceptable), and guidelines for submitting past performance evaluations. Notably, it establishes that only resumes for key personnel are required while maintaining that no contingent offer letters are needed. Additional clarifications include the clarification of hours allocated to various personnel positions, billing procedures for government-directed shutdowns, and the responsibility of contractors for specific safety training and equipment. Overall, the document provides essential updates to ensure transparency and compliance with government contracting obligations while emphasizing the importance of adherence to regulations and alignment with the Statement of Work requirements.
    The document outlines the AMS Schedule of Services for Solicitation 70Z03824RJ0000013, detailing labor requirements for an upcoming contract effective for one calendar year. It systematically lists various labor positions including Senior Project Manager, Aircraft Mechanic I & II, Aircraft Worker, and Machine Tool Operator, along with their estimated quantities and unit prices, set to yield a total estimated contract value of $0.00. Each labor category includes standard and overtime hours for both first and second shifts, indicating that specific hourly and estimated amounts are to be determined (TBD) or are zeroed out. Additionally, the document provides instructions for contractors to fill in the pricing in designated areas and encourages clarity in any additional charges. The context of this RFP touches on the federal government's procurement process for securing services essential for aircraft maintenance and operational readiness. The structured design caters to bidders, streamlining their proposal submissions while emphasizing compliance and financial transparency regarding service costs over multiple option years.
    The document outlines the Statement of Work for the United States Coast Guard (USCG) Aviation Logistics Center (ALC) regarding Aircraft Maintenance Services (AMS). The contract entails comprehensive maintenance, repair, and overhaul of USCG aircraft and related equipment, ensuring they meet operational standards. The scope includes various types of work such as Programmed Depot Maintenance (PDM) and Service Requests (SR), with defined personnel requirements spanning multiple labor categories. Key positions include Senior Project Manager, Aircraft Mechanics I to III, and support roles like Machine Tool Operators and Aircraft Workers, each with specific qualifications and responsibilities. The performance period for services is set from March 16, 2025, through March 15, 2030, with provisions for contractor personnel management, training, and quality control. The USCG will oversee contract compliance, task orders, and technical administration. Additionally, the document specifies necessary qualifications, potential assessment procedures for personnel, and safety protocols, reinforcing a commitment to maintaining high standards in USCG aviation operations. The contract aims to sustain fleet readiness and responsiveness to mission demands while adhering to regulatory requirements. This procurement reflects the US government's emphasis on maintaining aviation capabilities through thorough operational support.
    This document addresses questions and answers regarding a government Request for Proposals (RFP) focused on aircraft maintenance contracting. Key topics include employee vacation hours impacting invoicing, requirements for key personnel resumes, aircraft mechanic qualifications, and specific contract expectations related to safety and compliance. The document clarifies that the government mandates a minimum of 1,912 work hours per year for invoicing, despite contractors suggesting a lower average of 1,807. Additionally, it specifies the need for resumes for all key personnel, clarifies the experience required for aircraft mechanics, and discusses the obligations for personal protective equipment (PPE) and handling hazardous materials. The government emphasizes the significance of compliance with regulations, including ADA accommodations, and outlines an established incumbent workforce covering the required personnel. Furthermore, it reviews transition timelines for new contractors, confirms contractor responsibilities under FAR guidelines, and addresses employee continuity based on CBA agreements. The document serves to ensure clear communication of expectations and requirements while outlining the framing of relationships within this government contract.
    The document outlines questions and answers related to an RFP, specifically addressing clarifications on the Statement of Work (SOW) and associated contract details. It focuses on staffing requirements, employee qualifications, and performance standards for positions, particularly focusing on maintenance of aircraft in a Coast Guard context. Key topics include the management of employee vacation hours, the necessity of resumes for key personnel, acceptable qualifications for Aircraft Mechanic positions, and expectations around personal protective equipment (PPE) for contractor employees. The government provides specific metrics for maintenance standards and acknowledges an incumbent workforce while emphasizing the contractor's responsibility in meeting staffing needs without extensive ramp-up time. Notably, it clarifies that there are no assessments required for Aircraft Mechanic II positions and that contract workers must adhere to OSHA standards for safety. Overall, the document aims to ensure that contractors understand the government's requirements for operational readiness and compliance with federal regulations amidst economic and procedural intricacies related to public contracting.
    The document outlines the terms and conditions for a federal solicitation (RFP) by the Department of Homeland Security, particularly focused on obtaining offers for commercial products and services. It specifies that the offeror must comply with various Federal Acquisition Regulation (FAR) provisions, including providing required certifications and representations regarding telecommunications and video surveillance equipment. Key sections detail submission guidelines, including deadlines, formatting requirements, and the evaluation process, which will award the contract to the lowest priced, technically acceptable offeror with acceptable or neutral past performance. Proposals must include a Technical Approach Volume, Price Volume, and Past Performance Questionnaire, all submitted via email to designated contacts. Evaluations will determine technical acceptability based on management and staffing approaches, required certifications, and past performance. The document emphasizes compliance with labor standards, the importance of clear and complete proposal submissions, and the need for competitive pricing. Additionally, it addresses various topics, such as the promotion of diversity in staffing, adherence to safety regulations, and considerations for sustainability and ethical standards in business operations.
    The document outlines the Schedule of Services and price estimation for a contract solicitation (70Z03824RJ0000013) pertaining to various aircraft maintenance roles for a one-year base period and four subsequent option periods. It provides a detailed list of job classifications, including Senior Project Manager, Aircraft Mechanics, and Machine Tool Operators, specifying estimated quantities, unit prices, and amounts, all of which are currently set at $0.00 pending contractor pricing. The structure consists of multiple sections categorized by periods of performance, including base and option periods, and it instructs bidders to fill in pricing details in designated areas. Additionally, it highlights the necessity for vendors to disclose supplementary charges or prompt payment discounts and provides contact information for inquiries. This solicitation underscores the government's intent to procure skilled labor services related to aircraft maintenance, signifying the need for extensive staffing over the specified timeframe.
    This document outlines the terms and conditions applicable to a solicitation for a contract by the Department of Homeland Security following the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It specifies that offerors must submit two volumes: a Technical Approach Volume and a Price Volume, with detailed instructions for proposal submission, including required formats and content restrictions. Offerors must ensure that prices remain valid for 120 days and may have to provide additional pricing data if adequate competition is not achieved. Proposals will be evaluated based on technical acceptability, management and staffing approaches, required certifications, and past performance, leading to an award to the lowest priced, technically acceptable offeror. The document emphasizes compliance with labor standards and past performance assessment, which influences bidder eligibility. Other stipulations include representations regarding various certifications, tax compliance, and restrictions against certain business practices. This solicitation reflects the government's aim to obtain services efficiently while maintaining integrity and compliance in procurement processes.
    The Statement of Work (SOW) outlines the requirements for Aircraft Maintenance Services (AMS) to support the U.S. Coast Guard's Aviation Logistics Center. The contractor is responsible for providing personnel, supervision, and technical capabilities necessary for maintenance on various aircraft and ground support equipment. The SOW details multiple types of work, including Programmed Depot Maintenance, Service Requests, and manufacturing repairs, with specific labor categories and estimated hours outlined for five option periods starting March 16, 2025. Key personnel roles include Senior Project Manager and Aircraft Mechanics with minimum qualifications specified, focusing on safety, training, and compliance with standard practices. The contractor must ensure that all employees meet performance standards, report personnel changes, and maintain high-quality work standards while adhering to established regulations. The SOW also addresses the government's provision of facilities and tools, the management of personnel qualifications, required training, and the processes for handling government property and safety protocols. Overall, the document aims to ensure that AMS is effectively executed while maintaining operational readiness and compliance with Coast Guard standards.
    The document titled "Attachment 4 - Wage Determination - North Carolina" pertaining to Solicitation 70Z03824RJ0000013 outlines wage rates applicable for specific job classifications within the state. This wage determination is a critical part of compliance for contractors responding to federal requests for proposals (RFPs) or grants. The file spans multiple pages detailing various job roles, corresponding wage rates, and other employment conditions that contractors are required to comply with when engaging in projects funded by federal assistance. These wage rates ensure that workers are compensated fairly according to the prevailing wage laws in North Carolina, reflecting the minimum pay standards that contractors must meet. The explicit focus on wage determination illustrates adherence to labor standards that govern federal and state contracts, emphasizing the government's commitment to workers' rights and equitable compensation in the contracting process. This document serves as a guideline for both contractors and employees, reinforcing the framework within which government employment contracts operate.
    The document pertains to federal and state RFPs (Request for Proposals) and grants related to various governmental projects. It outlines the criteria for submissions, emphasizes adherence to regulations, and highlights the importance of safety and compliance in the execution of public works. The proposals must detail plans for environmental assessments, risk management, and compliance with regulatory standards. Further, the document indicates the necessity for collaborating with multiple trades to ensure project integrity from inception to completion. Key components emphasize health and environmental safety, risk mitigation, and thorough documentation processes. Overall, this serves as a framework for entities seeking funding opportunities within government frameworks, focusing on quality, accountability, and community benefit in project executions.
    The Past Performance Questionnaire is a key document utilized by the US Coast Guard (USCG) for assessing a contractor's past performance in relation to federal and local RFPs. It requires the offeror to provide essential details including the name and contact information of the customer, relevant contract specifics such as contract number, value, duration, and a description of work performed. The questionnaire emphasizes the importance of timely deliveries and requires the contractor to outline any quality issues encountered during the contract execution, along with the resolutions implemented. This structured format facilitates a thorough evaluation of the contractor's ability to deliver quality work punctually, ensuring compliance with federal performance standards. The collected information aids the USCG in making informed decisions regarding future contracts and partnerships.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Performance-Based Logistics Services for ALC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is soliciting proposals for Performance-Based Logistics (PBL) services at the Aviation Logistics Center (ALC) in Elizabeth City, NC, under solicitation number 70Z03825RB0000001. The contract aims to provide logistical support for various USCG aircraft, ensuring increased parts availability, reliability, and operational readiness, with a focus on repair, overhaul, and inventory management. This initiative is critical for maintaining the effectiveness of the USCG's aviation assets, reflecting the government's commitment to efficient resource management. Interested parties must submit their proposals by March 3, 2024, at 4:30 PM EST, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.mil or Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil. The contract has a ceiling of $99 million and includes a base year with four optional extensions.
    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.
    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.
    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 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.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various electronic and mechanical components under solicitation number 70Z03825QJ0000024. The contract will cover a base year and four option years, focusing on items such as logic units, antennas, G switches, and spacers, with bidders required to provide pricing and lead times for each item listed in the schedule. These components are critical for maintaining operational effectiveness within the Coast Guard's aviation capabilities. Interested vendors should direct inquiries to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil or call 206-863-2026, and are advised to review the terms and conditions outlined in the attached documents to ensure compliance with federal procurement standards.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), intends to award a sole source contract to Sikorsky Aircraft Corporation for various aviation parts and services. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, with delivery timelines ranging from January 2026 to October 2025, reflecting the Coast Guard's commitment to maintaining and enhancing its aviation logistics capabilities. Interested vendors may submit quotations for consideration by the agency, with a deadline set for 2:00 P.M. (EST) on February 25, 2025, to the primary contact, Paige Kressley, at Paige.E.Kressley@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil. The solicitation number for tracking purposes is 70Z03825QJ0000172, and the procurement is unrestricted with no small business set-aside.
    Purchase of Various Items
    Buyer not available
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    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.
    Mod Kits, Engine
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole source contract for modification kits for engines, with procurement managed by the Aviation Logistics Center (ALC). The requirement includes two specific engine modification kits, with a total quantity of four kits requested for each engine, and delivery is expected within 200 days after receipt of order, ideally by June 15, 2025. These kits are crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring they are equipped with the necessary parts for effective performance. Interested vendors may submit quotations to Julie Lininger at julie.g.lininger@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by 2:00 P.M. (EST) on February 24, 2025, referencing solicitation number 70Z03825QJ0000168.