70Z04425RNCA05V00- Open, Inspect and Repair Rockwell Collins High Frequency Mixer Stage Repair
ID: 70Z04425RNCA05V00Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 3 PORTSMOUTHPORTSMOUTH, VA, 23703, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of Rockwell Collins High Frequency Mixer Stages, identified by Part Number 270-2615-040. The procurement aims to restore these units to a "Ready for Issue" condition, ensuring they meet Original Equipment Manufacturer (OEM) standards through a comprehensive process of inspection, diagnostics, and repair. This initiative is crucial for maintaining operational readiness and supporting U.S. Coast Guard missions. Interested contractors must submit their proposals electronically by April 18, 2025, with inquiries due by April 4, 2025, and can contact Gregory Ducker at gregory.j.ducker@uscg.mil for further information.

Point(s) of Contact
Files
Title
Posted
The U.S. Coast Guard's Request for Proposal (RFP) 70Z04425RNCA05V00 seeks proposals for the repair of the Rockwell Collins High Frequency Mixer Stage (Part Number: 270-2615-040). The RFP outlines a requirement for contractors to perform diagnostics, inspections, and repairs on the specified equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards. Proposals must be submitted by April 18, 2025, and will be evaluated based on technical capability, past performance, and price, emphasizing a Best Value award decision. The RFP highlights a competitive bidding process, encouraging inquiries and specifying the necessary contents of the proposals, such as certifications and contact details. It details a formal grievance process via the U.S. Coast Guard Ombudsman Program for any disputes arising during procurement, prioritizing resolution over litigation. The contract will require full adherence to specified clauses and standards, with the aim of ensuring that all repairs meet government operational requirements. In conclusion, this RFP functions as a critical element in maintaining the readiness and operational efficiency of U.S. Coast Guard assets.
The document outlines the template for a firm fixed price materials contract/order intended for items procured via commercial catalogs or federal supply schedules. Specifically, it pertains to the US Coast Guard's C5ISC program/project titled "MIXER STAGE & POWER SUPPLY OIR and REPAIR." The pricing schedule details various components, including the quantity and pricing structure for Mixers and associated repair services. Currently, quantities of items such as the Mixer Stage Open Inspect Report, Mixer Stage Repair, and Beyond Economical Repair fees are listed, with all estimated costs showing zero dollars. This suggests that no financial commitments are made at this stage. The contract emphasizes the use of estimated unit prices derived from market research, catalog prices, or previous acquisitions, with an overall estimated total firm fixed price of $0.00. The document serves as a standard reference for fulfilling the procurement needs associated with this particular project while ensuring compliance with federal contracting procedures.
Mar 26, 2025, 1:05 PM UTC
The Statement of Work outlines the repair requirements for 18 units of the Mixer Stage, Part Number 270-2615-040, under the procurement of the U.S. Coast Guard Surface Forces Logistics Center. The objective is to restore the Mixer Stages to "Ready for Issue" condition to support Coast Guard missions. The contractor is tasked with inspecting the units, providing diagnostic reports within 10 business days, and determining whether repairs are economically feasible. For units deemed Beyond Economical Repair (BER), the contractor must submit detailed reports and will receive a fee for those units instead of a repair price. When repairable, a firm-fixed price quote must be provided within 15 days, and repairs must adhere to OEM specifications, including cleaning, retesting, and proper packaging for shipment to Baltimore, MD. All delivered units, whether repaired or BER, must be marked and packaged according to specified requirements, and the contractor has a total timeframe of 30 business days post-contract modification to complete the repairs and return the units. Key points emphasize prompt reporting and adherence to quality standards throughout the process, reflecting the government's commitment to maintaining operational efficiency and reliability in equipment support.
The document outlines various contract clauses relevant to government solicitations and acquisitions, particularly concerning the Federal Acquisition Regulation (FAR) and the Department of Homeland Security Acquisition Regulation (HSAR). It highlights incorporated clauses that dictate contract terms, conditions, and compliance requirements, such as contractor employee whistleblower rights, prohibitions on contracting with certain entities (e.g., Kaspersky Lab and covered telecommunications service providers), and stipulations regarding subcontracting limitations. Key points include mandatory reporting requirements for contractors when identifying prohibited telecommunications equipment or services, affirmations regarding small business participation, and conditions related to contract extensions. The document also addresses the obligations of contractors to maintain compliance with numerous statutory and executive order requirements in their contractual relations. These provisions aim to ensure accountability, safeguard national security, and promote equitable business practices within federal and local contract engagements, reflecting the government's commitment to regulatory compliance, transparency, and support for small businesses. The structured approach to presenting clauses emphasizes the need for contractors to understand and adhere to a complex regulatory landscape as part of their obligations in government contracts.
Mar 26, 2025, 1:05 PM UTC
This document outlines regulations concerning contracts with foreign incorporated entities that may be categorized as inverted domestic corporations, as specified in HSAR 3052.209-70. According to Section 835 of the Homeland Security Act, the Department of Homeland Security is prohibited from contracting with these entities unless a waiver is granted for national security interests. The document provides definitions, including terms like "Expanded Affiliated Group," "Foreign Incorporated Entity," and "Inverted Domestic Corporation," detailing the criteria for classification. Special rules clarify stock ownership, acquisitions viewed as a plan to evade the prohibition, and rights treated as stocks. Offerors must disclose their status regarding classification as inverted domestic corporations and provide necessary waiver documentation. The content serves to enforce compliance in federal contracting, ensuring that security considerations are prioritized in procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
FMS:REPAIR, QTY: 1, NIIN: 015855349
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a HF Coupler, specifically National Stock Number (NSN) 7R 5985 015855349, on a sole source basis from Rockwell Collins Inc. This procurement involves the repair of one unit, with the expectation that the award will be made to the approved source, as outlined under the Source Approval Statement. The solicitation is critical for maintaining operational readiness and ensuring the reliability of communication equipment used by the Navy. Interested parties must submit their capability statements or proposals to the NAVSUP WSS Contract Specialist, Caitlin V. Donahue, via email by May 2, 2025, following the anticipated solicitation issue date of April 2, 2025.
RD-301A Radar Test Set - Open, Inspect, Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the repair and calibration of one RD-301A Radar Test Set, a critical piece of equipment used to support operational missions. The contractor will be responsible for inspecting the unit, diagnosing its condition, and determining repair costs, with the goal of restoring the equipment to Original Equipment Manufacturer (OEM) standards. This procurement is vital for maintaining the operational readiness of the U.S. Coast Guard's fleet, ensuring that essential equipment is functional and reliable. Interested vendors must submit their quotes by March 19, 2025, with the anticipated award date on or before March 31, 2025; inquiries should be directed to Amanda L. Justice at amanda.l.justice@uscg.mil or Delton L. Brun at Delton.L.Brun@uscg.mil.
Repair Receiver-Transmitter Radio and Antenna Radar Meteo for the Support of the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair one Receiver-Transmitter Radio and one Antenna Radar Meteo to support the HC-27J Aircraft. The procurement requires that all repairs be conducted in accordance with Original Equipment Manufacturer (OEM) specifications, and only vendors who are FAA 145 certified and have the necessary capabilities will be considered for this contract. This equipment is critical for the operational readiness and safety of Coast Guard aviation operations. Interested vendors must submit their capability information by April 10, 2025, at 4:00 PM EST, and should direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil.
Modern Signal Processor
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 five Modern Signal Processors under solicitation number 70Z03825QJ0000213. The requirement emphasizes the need for items that have clear traceability to the Original Equipment Manufacturer, Honeywell International Inc., and mandates the submission of a Certificate of Conformance (COC) to ensure compliance with federal regulations. This procurement is crucial for maintaining operational capabilities within the Coast Guard's aviation sector, with a closing date for offers set for April 4, 2025, at 2:00 PM EDT, and an anticipated award date around April 13, 2025. Interested vendors should direct their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring to reference the solicitation number in their correspondence.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, 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 requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Repair Inertial EMB.GPS for the Support of the HC-144 Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to repair two Inertial EMB.GPS units to support the HC-144 aircraft. The procurement requires that the contractor be FAA 145 certified and capable of performing at least 50% of the work at their FAA certified facility, ensuring compliance with all relevant safety and operational standards. This repair is critical for maintaining the operational readiness and safety of Coast Guard aircraft, with the anticipated award being a Sole Source Purchase Order to Honeywell International Inc., due to their unique access to proprietary technical data. Interested vendors must submit their capability information by April 3, 2025, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.
FMS:REPAIR, QTY:9, NIIN: 014991901
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for nine units of the Exciter Radio, identified by National Stock Number (NSN) 7R 5821 014991901 and Part Number 988-4861-003, on a sole source basis from Rockwell Collins - Missions. This procurement is critical for maintaining operational capabilities within airborne radio and television communication equipment, emphasizing the importance of reliable repair services for military operations. Interested parties are encouraged to submit their capability statements or proposals by email to Caitlin V. Donahue at caitlin.v.donahue.civ@us.navy.mil, with the solicitation expected to be issued on April 9, 2025, and responses due by May 9, 2025.
OPEN, INSPECT AND REPORT CONTROL INDICATOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and possible overhaul of control indicators, as outlined in solicitation number 70Z04024QAG163. The procurement involves two units of a control indicator manufactured by Rolls Royce Solutions GmbH, which are critical components for the U.S. Coast Guard's Medium Endurance Product Line. Interested vendors must ensure compliance with specific packaging and marking requirements, including adherence to ASTM D-3951 standards, and submit their quotes by April 3, 2025, at 10:00 AM EDT. For further 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.