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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 2:00 PM UTC
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
Jan 14, 2025, 5:05 PM UTC
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.
Jan 14, 2025, 5:05 PM UTC
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.
Jan 14, 2025, 5:05 PM UTC
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
Buyer not available
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.
FDVS IMAGING SYS, MULTI-MODE Open, Inspect and Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for the FDVS Imaging System, Multi-Mode (Part Number: WM-300A). The procurement involves opening, inspecting, reporting, and overhauling two units of this imaging system, which is critical for the Coast Guard's operational capabilities. The contractor must ensure that all items are delivered by July 12, 2025, in compliance with strict packaging and inspection requirements, and the total cost for the overhaul is capped at $9,200. Interested vendors should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details and must be registered in the System for Award Management (SAM) prior to submitting their quotes.
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.
PROCESSOR,RADAR DATA Open, Inspect and Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the opening, inspection, reporting, and overhaul/repair of radar data processors. The procurement involves four units of the Processor, Radar Data (Model 104B) manufactured by SSR Engineering Inc., which are critical for maintaining operational capabilities in maritime environments. All items must be delivered by July 12, 2025, to the Coast Guard's Surface Force Logistics Center in Baltimore, MD, with a total firm fixed price required for the services rendered. Interested vendors should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil and ensure they are registered in SAM.gov prior to submitting their quotes.
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.
70Z04425RNCA05V00- Open, Inspect and Repair Rockwell Collins High Frequency Mixer Stage Repair
Buyer not available
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.
Open inspect and report IMU, CALIBRATED
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of two Inertial Measurement Units (IMUs), identified by stock number 6605-01-523-8655 and part number 1982418, manufactured by Northrop Grumman Systems. The procurement requires adherence to strict specifications for electronic equipment repairs, including compliance with military packaging and marking standards, ensuring that each unit is preserved for a minimum of two years and packaged securely for transport. This equipment is critical for the operational capabilities of Coast Guard vessels, particularly the MK39 Mod 3A Gyrocompass Inertial Navigation System. Interested contractors must submit their quotes by the deadline, with delivery expected no later than July 12, 2025, to the U.S. Coast Guard's Surface Force Logistics Center in Baltimore, MD. For inquiries, contact Eric Goldstein at Eric.I.Goldstein@uscg.mil.
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement requires contractors to meet specific repair turnaround times (RTAT) of 70 days, with an emphasis on quality assurance and compliance with military standards throughout the repair process. These power supply units are critical components for various defense systems, and timely repairs are essential to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, by April 30, 2025, and can direct inquiries to Alison Harper at 717-605-4443 or via email at ALISON.E.HARPER.CIV@US.NAVY.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.