Repair of Data Interface Unit
ID: 70Z03825QH0000094Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Support Activities for Air Transportation (488190)

PSC

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

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of Data Interface Units, with a focus on acquiring six units from qualified vendors. This procurement is crucial for maintaining the operational readiness of USCG aircraft, as the Data Interface Units are essential components for aviation logistics. The solicitation, identified by RFQ number 70Z03825QH0000094, is set to close on July 8, 2025, at 12:00 PM Eastern Standard Time, with an anticipated award date around July 15, 2025. Interested parties should submit their quotations via email to Zachary R. Harris at Zachary.R.Harris2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, ensuring compliance with the outlined terms and conditions.

    Point(s) of Contact
    D05-SMB-LRS-Procurement@uscg.mil
    D05-SMB-LRS-Procurement@uscg.mil
    Files
    Title
    Posted
    The document outlines the terms and conditions for a federal government Request for Proposal (RFP), specifically focusing on Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. It details instructions for offerors, including representations and certifications regarding business size, ownership, and compliance with various federal regulations such as Buy American Act, Trade Agreements, and prohibitions on contracting with entities involved in certain activities (e.g., Sudan, Iran). The document emphasizes that certain representations in SAM (System for Award Management) will not be considered or enforced. It also covers technical acceptability criteria, such as access to technical directives and airworthiness certifications, and outlines requirements for shipping, inspection, quality assurance, and invoicing, particularly for items affecting USCG aircraft. Additionally, it includes clauses on contractor employee whistleblower rights and basic safeguarding of covered contractor information systems.
    The document, "ATTACHMENT 3 - SCHEDULE - 70Z03825QH0000094," is a procurement schedule from the U.S. Coast Guard (USCG) for the repair of Data Interface Units (NSN: 7025-01-624-1529, Part Number: 698258-7, OEM: Lockheed Martin). The USCG intends to order six units for repair and also addresses "Beyond Economic Repair/No Fault Found" scenarios for an undetermined quantity. Per FAR 52.217-6, the USCG has an option to increase the quantity by three, up to a maximum of nine units, at the same unit price for up to 365 days post-award. Vendors are instructed to complete only the yellow highlighted sections, and any additional charges, fees, or discounts must be clearly stated in their quotation. Contact information for questions is provided.
    The document outlines the terms and conditions relevant to a federal solicitation identified as 70Z03825QH0000094, governed under both the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) guidelines. It emphasizes the acceptance of specified terms upon order acceptance in accordance with FAR 13.004, superseded only by these conditions. Key points include the emphasis on specific representations and certifications that offerors must complete, notably those concerning telecommunications and airworthiness for overhauled equipment. The solicitation will be pursued on a sole-source basis, predominantly favoring Lockheed Martin, unless other responsible offers emerge, evaluated based on lowest price and technical acceptability criteria. The document stipulates delivery and packaging requirements directed towards maintaining traceability and ensuring compliance with quality standards. The ordering process includes protocols for invoicing, including electronic submissions. Furthermore, it lays out comprehensive certifications, covering aspects like whistleblower rights, safeguarding contractor information, and prohibitions against subcontracting with entities posing national security risks, particularly regarding certain telecommunication technologies. Overall, the document serves as a guideline for contractors to understand compliance, evaluation criteria, and delivery expectations for fulfillment of the solicitation objectives.
    The document outlines the schedule and specifications for a procurement order from the U.S. Coast Guard (USCG) regarding the repair and potential procurement of Data Interface Units. The primary focus is on the requirement for six units, designated by the National Stock Number (NSN) 7025-01-624-1529, with part number 698258-7 and manufactured by Lockheed Martin. The order includes provisions for a quantity increase up to nine units under the FAR 52.217-6 clause, allowing the USCG to adjust its order within a year of the initial award. Additionally, contractors are instructed to detail any additional costs or discounts in their quotations. The file emphasizes the necessity for clear and accurate submission from bidders, establishing an organized framework for the procurement process while prioritizing compliance with federal acquisition regulations. This procurement demonstrates the USCG’s intent to maintain operational readiness through essential equipment support.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    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 in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 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 for repairs and modifications.
    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.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    COUPLING HALF QUICK DISCONNECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 units of Coupling Half Quick Disconnect, identified by NSN 4730-12-408-7920. The items must be individually packaged according to MIL-STD-2073-1E and marked in compliance with MIL-STD-129R, including bar coding as per ISO/IEC-16388-2007, Code 39 symbology. These components are critical for the Coast Guard's logistics and operational capabilities, ensuring the reliability of equipment used in various maritime operations. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must comply with specific packaging and marking requirements outlined in the associated documentation.
    Repair Color Weather Radar
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    Voice Flight Data Recorder
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, with the potential for an additional four units within a year of the initial award. This procurement is critical for ensuring the safety and operational efficiency of Coast Guard aviation operations, as the recorders must meet Federal Aviation Administration (FAA) guidelines and provide traceability to the Original Equipment Manufacturer, GE Aviation Systems LLC. Interested vendors must submit their quotations by December 9, 2025, at 2:00 PM EST, and are encouraged to contact Paige Kressley at Paige.E.Kressley@uscg.mil for further details regarding the solicitation number 70Z03826QJ0000036.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Purchase Test Adapters for U.S. Coast Guard Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of test adapters for aircraft, under solicitation number 70Z03826QE0000007. The procurement involves acquiring three test adapters, with an option for up to ten additional units, to be delivered within 45 days after receipt of order to Elizabeth City, North Carolina. These test adapters are critical for ensuring the operational readiness and maintenance of U.S. Coast Guard aircraft. Interested vendors must submit their quotations by December 15, 2025, with questions due by December 10, 2025, and are encouraged to contact Denise Bulone or William P. Morris for further information.
    Procurement of Various Gearboxes
    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 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.