open inspect and report OIR POWER SUPPLY
ID: 70Z08025QRN018Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (81121)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide inspection, reporting, and overhaul services for specific power supply units used on 270' class cutters. The procurement involves opening, inspecting, and repairing two types of power supplies manufactured by Thales Mackay Radio Inc., with a total quantity of 37 units. These power supplies are critical for the operational readiness of the Coast Guard's maritime equipment, ensuring reliability and compliance with government standards. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with delivery of the completed work required by July 12, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the provision 52.212-3 regarding Offeror Representations and Certifications for federal contracts related to commercial products and services. It mandates that Offerors must complete specific sections based on their registration status in the System for Award Management (SAM). The text defines critical terms such as "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and guidelines around compliance in various domains, including forced labor, telecommunications equipment, and specific tax liabilities. Offerors must also certify their business status, ownership details, and adherence to regulations regarding government contracts, especially concerning prohibited practices in regard to Iran and Sudan. Additionally, it includes provisions on the Buy American Act, certifications regarding lobbying activities, and represents various ownership categories. The main purpose of the document is to ensure proper representation and verification of eligibility criteria for government contracting, thereby fostering compliance with federal regulations and promoting transparency in procurement processes. Overall, it serves as a framework guiding potential contractors in submitting accurate representations reflecting their business eligibility and operational integrity.
    The document outlines the overhaul requirements for a power supply used by the Coast Guard, specifically identified by stock and part numbers. It delineates the steps necessary to return unserviceable items to operational status, including disassembly, cleaning, repair or replacement of parts, installation of updates, reassembly, alignment, and testing. Contractors must conduct dynamic testing to confirm functionality using either a mock-up or automated test equipment, with comprehensive documentation of test results. Final inspections must ensure compliance with technical requirements and proper workmanship. Marking and packaging guidelines dictate that each unit is to be shipped in a wooden box, clearly labeled with essential identification details. The contractor is required to remove previous markings from shipping containers and apply new ones consistent with Coast Guard protocols. The items come under warranty for a period of up to two years against defects post-delivery, culminating in acceptance by a government representative based on verification of condition and completeness. Recommended sources for the supplies include Thales Mackay Radio Inc. with a cost estimate for the overhaul capped at $1,850. Overall, the document serves as a detailed guide for the overhaul process within the context of federal contract management and standards.
    The overhaul document outlines requirements for the repair and maintenance of a power supply used on 270' class cutters for the U.S. Coast Guard. It specifies that contractors must inspect, report conditions, repair, test, package, and adhere to identification and marking protocols per designated guidelines. A standard two-year warranty against defects is required, although the item is categorized as not for immediate installation but for inventory. Government acceptance for the overhaul will be conducted by a representative who will verify the integrity of the item upon delivery. Each unit must be individually packed in a robust wooden box, clearly labeled with necessary identification details for shipment. Three recommended sources for this overhaul are provided, along with a maximum cost estimate of $2,010. This document is a vital part of the procurement process, ensuring compliance with government standards and the reliability of equipment used in maritime operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Homeland Security, Department Of
    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.
    open inspect and report STARTER, ENGINE, ELECTRICAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide overhaul and repair services for electrical engine starters used in their 154' WPC MTU Main Diesel Engines. The procurement involves opening, inspecting, and reporting on two specific starter models, with a total quantity of 20 units, and requires the contractor to restore these starters to a service-ready condition that meets OEM specifications. This service is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that the equipment functions reliably in various maritime operations. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in SAM.gov prior to submission.
    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.
    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.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    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
    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.
    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.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.