MH-65E AC Generator Repair
ID: 70Z03825QB0000084Type: 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)

Set Aside

8(a) Sole Source (8AN)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for the MH-65E AC Generator, a critical component for aviation operations. The procurement involves a request for quotation (RFQ) for repairs and testing of the AC generator, including provisions for a potential Test and Evaluation fee for items deemed Beyond Economical Repair (BER). This opportunity is vital for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in their missions. Interested parties must submit their quotations by July 23, 2025, at 11:00 AM EDT, and are encouraged to direct any inquiries to Alisha Colson at Alisha.M.Colson@uscg.mil, referencing solicitation number 70Z03825QB0000084.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Quotation (RFQ) for repairs and testing related to an AC generator (Part Number: 82562-7, NSN: 6115-01-HR1-9211) for the U.S. Coast Guard. It specifies the requirement for repairs, including a potential Test and Evaluation (T&E) fee for items deemed Beyond Economical Repair (BER). The RFQ includes instructions for bidders to confirm agreement with the Option for Increased Quantity Clause (FAR 52.217-6). Contractors are required to provide pricing details, including any additional charges for returning the item. Communication with the contracting officer is encouraged for questions regarding the solicitation. The document highlights the government's commitment to acquiring necessary repairs and services while ensuring cost-effectiveness and adherence to federal procurement regulations. Overall, it presents a streamlined process for potential suppliers to engage with the U.S. Coast Guard regarding this specific equipment need.
    This document outlines the terms and conditions pertinent to solicitation 70Z03825QB0000084 under the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). It specifies that these rules override previous conditions and that contractor compliance is mandatory, especially regarding representations in the System for Award Management (SAM). Key areas covered include the requirement for offerors to provide evidence of capability and compliance with additional standards, including the Service Contract Labor Standards. The document details the evaluation criteria based on technical acceptability, where only the lowest-priced, technically acceptable offer will be considered for award. Offerors must submit various documentation, including proof of certification as repair facilities and compliance with wage determinations. Additionally, it includes stipulations regarding compliance with federal regulations related to telecommunications and sensitive technologies. The purpose of this solicitation is to ensure that awarded contracts adhere to specific compliance and operational standards, emphasizing federal oversight and fair competition, especially for small and disadvantaged businesses. The comprehensive guidelines aim to foster transparency, accountability, and qualifications for successful bid submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    MH-65 Spare Parts
    Buyer not available
    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.
    MOTOR, ALTERNATING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 10 alternating current motors, identified by part number 3GAA101312-ASE+002, from Russ Equipment Co Inc. These motors are crucial for various operational applications within the Coast Guard, and the contract will be awarded on a firm fixed-price basis to the lowest price technically acceptable offeror. Interested vendors must ensure compliance with packaging and marking requirements as outlined in the DCMA guide, and submit their quotes by December 9, 2025, at 8 AM EST, to the primary contact, Nina Crosby, at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from industry regarding the procurement and sustainment of an Environmental Control System (ECS) for the MH-65 helicopter. The objective is to identify a replacement for the current vapor cycle refrigeration system that is lighter and offers greater cooling capacity, while also ensuring compatibility with existing aircraft specifications and operational requirements. The MH-65, a critical asset for search and rescue operations, requires an ECS that can maintain optimal cabin and avionics temperatures under varying environmental conditions, with specific performance objectives outlined in the accompanying documents. Interested vendors must submit their capability statements and responses to the RFI by December 19, 2025, at 12:00 PM EST, to Elaina.M.Price@uscg.mil, referencing the solicitation number 70Z03826IB0000024.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    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.
    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.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), 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 one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    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.