MH-65 Repair of Generator Control Unit
ID: 70Z03826QB0000035Type: 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, is seeking quotations for the repair of Generator Control Units (NSN: 6110-01-HR1-9578, Part Number: CG-1010-24-9AREVA) used in MH-65 helicopters. The procurement involves a combined synopsis/solicitation for commercial items, with a focus on ensuring that all repairs meet Original Equipment Manufacturer (OEM) specifications and FAA guidelines, emphasizing quality control and traceability. This opportunity is restricted to Consolidated Aircraft Supply Co., which is the sole source capable of fulfilling the requirements due to its acquisition of necessary maintenance manuals from the OEM, Phoenix Aerospace. Interested vendors must submit their quotations by January 13, 2026, at 9:00 am EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard issued a Justification for Other Than Full and Open Competition for the repair of twelve (plus an optional sixty) Generator Control Units (P/N: GC-1010-24-9A, NSN: 6110-01-HR1-9578) for MH65 helicopters. This procurement is restricted to Consolidated Aircraft Supply Co., Inc. (Cage: 8M168) as the sole source. The rationale for this decision is that Consolidated Aircraft Supply Co. acquired all Component Maintenance Manuals from the original equipment manufacturer, Phoenix Aerospace (Cage Code: 29632), which is no longer in business. Market research confirmed that Consolidated Aircraft Supply Co. is the only known source capable of repairing these parts to OEM specifications. The justification emphasizes that soliciting other repair sources would compromise aircraft and crew safety. All delivered materials must have clear, documented traceability to the OEM and a Certificate of Conformance. Price determination methods will include market research, comparison with previous purchases, current price lists, and comparison with similar items.
    This document is a Request for Quote (RFQ) for the repair and testing of GENERAT CONTRL UNITs (NSN: 6110-01-HR1-9578, Part Number: CG-1010-24-9AREVA) for the US Coast Guard. It outlines requirements for pricing repair services (CLIN 1) and test and evaluation for scrap items (CLIN 2). Companies must be Cage Code Registered in SAM.GOV. The RFQ includes a clause for increased quantity (FAR 52.217-6) which contractors must agree or disagree to. It also asks for a Test and Evaluation fee for parts deemed Beyond Economical Repair (BER) and specifies that the USCG will not pay a scrap fee. The document instructs vendors to fill in yellow boxes for pricing and contact information.
    This Statement of Work (SOW) outlines the requirements for the repair of Generator Control Units used on the United States Coast Guard's MH-65 helicopter. The contractor is responsible for performing test and evaluation, repair, and replacement of parts in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines. The SOW emphasizes quality control, requiring the contractor to maintain ISO 9001, AS9110, or equivalent certifications, as well as FAA, EASA Part 145, or OEM certified repair facility status. Components deemed Beyond Economical Repair (BER) or those with excessive damage will be handled under specific procedures, requiring USCG approval. The contractor must provide detailed failure data reports and Component Repair Records (CRR) for each repaired item. All repaired parts must be airworthy, thoroughly cleaned, and accompanied by a Certificate of Conformance. The delivery timeframe for repairs is 60 calendar days and 15 calendar days for test and evaluation.
    This government file outlines the terms and conditions for federal government RFPs, grants, and state/local RFPs. It details instructions for offerors, evaluation criteria, and certifications for responsibility matters, including debarment, criminal offenses, and delinquent federal taxes. The document also addresses prohibitions against using certain telecommunications equipment, services, and engaging in business operations with specific foreign entities or countries like Sudan and Iran, as well as restrictions related to Kaspersky Lab and FASC-prohibited unmanned aircraft systems. Key aspects include quality assurance requirements for products touching USCG aircraft, detailed packaging, marking, and shipping instructions, and inspection/acceptance protocols. Invoicing procedures and options for increased quantities are also specified, emphasizing compliance with various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses.
    This SAM.gov Wage Determination (No. 2015-4157, Revision No. 30, dated 12/03/2025) outlines minimum wage rates and fringe benefits for service contract employees in Nassau and Suffolk Counties, New York. It details hourly rates for numerous occupations across administrative, automotive, food service, health, IT, and maintenance sectors. The document also specifies health and welfare benefits, vacation accrual (2-5 weeks based on service), and twelve paid holidays. It includes important notes on Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Contractors), hazardous pay differentials (4% or 8%), and uniform allowance policies. A conformance process for unlisted job classifications is also described, ensuring fair compensation and compliance with the Service Contract Act.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MH-65 SERVO,TAIL ROTOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Servo, Tail Rotor (Part Number 704A44-831-120) as part of a combined synopsis/solicitation. This critical aviation component is essential for the safety and operational integrity of the MH-65 helicopter fleet, and the procurement is restricted to parts that provide clear traceability to the Original Equipment Manufacturer (OEM), Goodrich Actuation Systems SAS. Interested vendors must submit their quotations by January 12, 2026, at 9:00 am EST, with all submissions directed to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil. The anticipated award will be a firm-fixed price purchase order, primarily to Airbus Helicopters, Inc., due to the specialized nature of the parts and the requirement for compliance with Federal Aviation Administration (FAA) guidelines.
    MH-65 Repair of Hydraulic Motor
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hydraulic motors used in MH-65 helicopters, under solicitation number 70Z03826QB0000027. The procurement requires contractors to perform repairs and test evaluations on hydraulic motors, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and maintaining traceability to Eaton Aerospace LLC. This acquisition is critical for maintaining the operational readiness and safety of the Coast Guard's aviation assets. Interested vendors must submit their quotes by January 14, 2026, at 10:00 am EST, and can direct inquiries to Mary Elaina Price at elaina.m.price@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.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure repair and modification services for fuel management panels used in MH-60T aircraft. The procurement involves a sole-source contract with GE Aviation Systems LLC, the Original Equipment Manufacturer, due to their exclusive technical data and capabilities required for these complex repairs. These fuel management panels are critical for maintaining the operational readiness of the aircraft, which is essential for various missions. Interested vendors must submit their quotations by January 15, 2026, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil.
    MH-65 CONNECTING LINK RIG
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 12 units of a specialized aviation part, the MH-65 Connecting Link Rig, with part number 366-D-187-07 and NSN 3040-01-334-8335. This procurement is critical for maintaining the operational readiness and safety of the MH-65 helicopter fleet, as the parts must be sourced from the Original Equipment Manufacturer, Airbus Helicopters, Inc., ensuring traceability and compliance with Federal Aviation Administration guidelines. Interested vendors must submit their quotes by January 15, 2026, at 9:00 AM EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil, with the solicitation number 70Z03826QB0000032 included in the subject line.
    Repair Pump, Submerged, APU; Hook, Retra Cargo Door; and Cargo Dimmer Unit for U.S. Coast Guard Aircraft HC-27J
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the repair of critical aircraft components, including a submerged APU pump, a cargo door hook, and a cargo dimmer unit for the HC-27J aircraft. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and standards, necessitating that contractors possess the necessary technical expertise and certifications to perform the repairs. These components are vital for maintaining the operational readiness and safety of Coast Guard aircraft, and the contract is anticipated to be awarded on a sole-source basis to Leonardo Spa, the authorized OEM repair facility. Interested parties must submit their quotations by January 15, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QW0000015.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    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.
    Repair of Actuator and Actuator Rudd. Trim for the HC-144 Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of actuators and actuator rudd trim for the HC-144 aircraft. This procurement involves the inspection, repair, and overhaul of specific aircraft components, which must be performed by an Original Equipment Manufacturer (OEM) or an authorized repair center, adhering to strict OEM specifications and quality standards. The selected contractor will be responsible for providing a Certificate of Conformance and ensuring that all repaired components are airworthy, with a turnaround time of 90 days. Interested parties must submit their quotations by January 12, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Stephanie O Reams at stephanie.o.reams@uscg.mil, referencing solicitation number 70Z03826QL0000028.
    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.