Overhaul of ECM Radome
ID: 70Z03825QH0000095Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRFRAME STRUCTURAL COMPONENTS (1560)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide overhaul services for Electronic Countermeasure (ECM) Radomes associated with the HC-130J aircraft. The procurement aims to ensure that these components are restored to a ready-for-issue (RFI) condition, adhering to technical directives and certifications from recognized authorities, while maintaining operational effectiveness for USCG missions such as search and rescue and law enforcement. Interested parties are invited to submit quotations by July 8, 2025, with the anticipated award date on or about July 11, 2025. For further inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement team at D05-SMB-LRS-Procurement@uscg.mil.

    Point(s) of Contact
    D05-SMB-LRS-Procurement@uscg.mil
    D05-SMB-LRS-Procurement@uscg.mil
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the U.S. Coast Guard (USCG), specifically targeting the overhaul of an Electronic Countermeasure (ECM) Radome. The RFP includes three main line items: a standard overhaul, a situation where no fault is found (NFF), and a case where the item is considered beyond economic repair or scrap. Each service item is detailed with its corresponding National Stock Number (NSN) and part number. The USCG intends to order one of each service, with a potential option to increase the quantity to three of each at the same unit price within one year of the initial award date. The document emphasizes that any additional charges or discounts should be clearly stated in the quotation. Interested parties are directed to contact a specified USCG representative for any inquiries regarding the completion of the quotation worksheet.
    The document outlines the terms and conditions for a solicitation under Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It emphasizes that these terms supersede all previous conditions and that acceptance occurs upon submission of a quotation. Key provisions involve compliance with telecommunications service certifications, technical acceptability assessments, and airworthiness certifications for components. The contractor must demonstrate appropriate certifications and capabilities, with stringent requirements for quality assurance and documentation during the delivery process. Acceptance criteria include shipping, inspection protocols, and maintenance of a Quality Assurance System that applies to subcontractors as well. Moreover, offerors must complete necessary representations regarding business status, compliance with environmental regulations, and factors related to child labor and tax liability. The document highlights the importance of transparency in subcontractor relationships and the requirement for robust quality control procedures. Payment instructions are provided, detailing the invoice submission process, which aligns with electronic payment guidelines. Notably, provisions aim to prevent contracting entities from engaging in unethical practices or restricted operations, particularly related to international compliance. This comprehensive framework serves to ensure accountability, quality, and adherence to federal guidelines in contractor engagements.
    The U.S. Coast Guard (USCG) Aviation Logistics Center requires overhaul services for components associated with the HC-130J aircraft to ensure they are returned in a ready-for-issue (RFI) condition. The Statement of Work (SOW) outlines the contractor's obligations, including compliance with applicable technical directives and certifications from recognized authorities such as the FAA and OEM. Overhaul activities must restore components' airworthiness and include tasks like inspection, repair of damages, and removal of corrosion. Contractors must report component receipt, maintain Quality Assurance Systems, and address unusual damage or operational issues. All services provided should adhere to a firm-fixed pricing model, with separate pricing for additional unexpected repairs. The ultimate goal is to maintain the operational effectiveness of USCG missions such as search and rescue and law enforcement, while also ensuring environmental compliance in the cleaning and processing of aircraft components. This SOW serves as a formalized procurement mechanism to enhance the operations and readiness of USCG aviation assets.
    Lifecycle
    Title
    Type
    Overhaul of ECM Radome
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repairs/Overhauls of Signal Proc's, Receiver/Transmitters, and Antenna's for use on the HC-144 Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking sources for the repair and overhaul of signal processors, receiver/transmitters, and antennas used on the HC-144 aircraft. This opportunity aims to identify commercially available vendors capable of providing these services in accordance with Original Equipment Manufacturer (OEM) specifications, as the HC-144 aircraft operates in challenging environments that accelerate wear and corrosion. Interested vendors must respond with detailed company information, product specifications, and relevant certifications by December 16, 2025, at 4:00 PM EST, and should direct their responses to Logan J. Brown via email at Logan.J.Brown3@uscg.mil.
    Repair Various Radar Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    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.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    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.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Repair of Ice Detector for the HC-27J Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    MH-65 Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    TRS-3D /AN/SPS-75 Radar repairs/ overhaul services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit for repair and overhaul services for the TRS-3D/16-ES (AN/SPS-75) radar system. This procurement will require OEM parts and components exclusively manufactured by Hensoldt Sensors GmbH, with sales conducted solely through Northern Defense Industries, LLC. The radar system is critical for maritime operations, providing essential search and detection capabilities. Interested vendors should prepare to submit a cover letter, past performance questionnaire, technical capability proposal, and pricing information, with evaluations based on technical merit, past performance, and price. For further inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Mark Cap at mark.cap@uscg.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.