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's Aviation Logistics Center, is seeking qualified contractors to provide Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM) for its aviation operations. The procurement aims to ensure the 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 will cover a base period of one year, commencing on March 16, 2025, with options for four additional years, and requires skilled personnel across various roles, including Senior Project Managers and Aircraft Mechanics. Interested parties should direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, with proposals due within the specified timeframe.

    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.
    This document details the terms and conditions of a government solicitation, specifically geared towards acquiring services in relation to rotary wing aircraft. Key aspects include regulations from the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR), which stipulate that acceptance of this order affirms compliance with the outlined terms. The proposal process is intricate, requiring three distinct volumes: Technical Approach, Price Volume, and Past Performance Questionnaire, with specific submission guidelines and formatting standards. Evaluation will be grounded in the lowest-priced, technically acceptable approach, emphasizing both price fairness and technical capability. Offerors must exhibit effective management and staffing strategies, showcasing compliance with diverse hiring practices and safety standards. Past performance will also be a significant factor, with evaluations determining whether an offeror's history is acceptable, neutral, or unacceptable. The document underscores the government's strict procurement policies, aiming to foster competitive, documented, and fair processes while ensuring quality service provision. Overall, it serves to outline the framework for sourcing a contractor, balancing cost, technical viability, and past performance to fulfill federal requirements effectively.
    The document outlines the Statement of Work for Aircraft Maintenance Services (AMS) needed by the United States Coast Guard's Aviation Logistics Center (ALC). The ALC is responsible for ensuring that USCG aircraft are maintained in optimal condition. The contractor will provide personnel and technical services for programmed depot maintenance, repair works, and various aircraft components. The contract is set to commence on March 16, 2025, with a base period lasting one year, along with multiple option periods extending to 2030. Key personnel include a Senior Project Manager and various levels of Aircraft Mechanics with specified qualifications. The document provides a comprehensive list of tasks, required qualifications, and compliance documents necessary for participation. Moreover, it emphasizes rigorous training, personnel management, and adherence to government regulations. The overarching purpose is to ensure effective and efficient aircraft maintenance while maintaining labor standards and safety protocols throughout the contract duration.
    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.
    The document outlines the terms and conditions related to a federal solicitation (70Z03824RJ0000013) governed by the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It establishes that acceptance of the order signifies agreement to these conditions, which take precedence over any conflicting terms. Submitted proposals must remain valid for 120 days and include specific FAR representations regarding telecommunications equipment. The evaluation process prioritizes the lowest priced, technically acceptable offeror with satisfactory past performance. Proposals should demonstrate a sound management approach, diverse staffing, compliance with labor standards, and relevant experience, particularly with rotary wing aircraft. Evaluation criteria emphasize technical and pricing acceptability, directing respondents to submit three specific proposal volumes. The document emphasizes adherence to numerous compliance certifications, including environmental standards and federal tax obligations. This solicitation serves the government’s need for contracts that ensure high technical capability, reasonable pricing, and compliance with various regulatory requirements.
    This document outlines the terms and conditions for a solicitation under the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), specifically for a Department of Homeland Security (DHS) contract. It details the requirements for offerors, including compliance with FAR representations, submission instructions, proposal evaluation criteria, technical and pricing requirements, and past performance evaluation. Key instructions include submitting separate technical and pricing volumes, adhering to a 120-day price acceptance period, and ensuring compliance with the Service Contract Labor Standards applicable to labor contracts. Offerors must acknowledge that award may occur without discussions, and their proposals will be evaluated on price and technical acceptability, focusing on a management approach, staffing plans promoting diversity, and adherence to required certifications. The government will award the contract to the lowest-priced, technically acceptable offeror, emphasizing the importance of demonstrating capability and experience in performing the requirements laid out in the statement of work. Overall, the document ensures that all proposals are fair, reasonable, and in compliance with federal standards for service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support services under solicitation number 70Z03825QS0000020. The contract requires qualified personnel, including Aircraft Mechanic I, Aircraft Mechanic II, and ALSE Inspector/Maintainer, to perform maintenance, repairs, inspections, and overhauls on H-65 Dolphin helicopters and ALSE, ensuring aircraft readiness for critical missions such as search and rescue and presidential protection. The anticipated contract includes a one-year base period starting May 1, 2026, with four one-year option periods, and interested parties must submit their proposals by January 16, 2026, at 12:00 PM EST to Charles E. Leslie, Jr. at Charles.E.Leslie2@uscg.mil.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    Procurement of Various Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of various spare parts necessary for the maintenance, repair, and overhaul of the MH-65 aircraft. This procurement will be conducted on a sole-source basis from Airbus Helicopters, Inc., the only authorized distributor for the original equipment manufacturer, Airbus Helicopters, France, due to the proprietary nature of the parts and the critical need for maintaining aircraft safety and airworthiness. The contract is structured as an Indefinite Delivery Requirements type, with an estimated total value of $33,975,488, covering a one-year base period and four one-year option periods, funded by Fiscal Year Operations and Support funds from 2026 to 2030. Proposals must be submitted via email to Elaina M. Price by January 15, 2026, at 3:15 PM EST, with the solicitation number 70Z03826RB0000005 indicated in the subject line.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Weapons Management System (WMS) New Buys
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement includes new manufactured commercial items with clear traceability to Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality and certification standards for installation on U.S. Coast Guard aircraft. Interested vendors must submit their offers by December 19, 2025, at 2:00 PM EST, with anticipated contract award around November 30, 2025. For further inquiries, potential offerors can contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or by phone at 206-831-4477.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to provide repair services for the MH-65 Hoist Control Panel, part number 80-25002-003-NVG. The objective is to identify contractors with the necessary facilities, equipment, and expertise to perform repairs in accordance with the Original Equipment Manufacturer's (OEM) Component Maintenance Manual from Breeze Eastern LLC. This control panel is critical for the operation of the hoist assembly used in search and rescue missions, and the repair services are essential to maintain operational readiness. Interested contractors must submit their capability statements and responses to specific questions by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.