Repair of Tail Rotor Drive Shafts
ID: 70Z03824QB0000375Type: 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

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15) (WOSBSS)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to stringent military and occupational safety standards, and ensuring timely delivery and quality assurance. The contract, valued at approximately $3,877,611 over five years, includes a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines provisions, clauses, and terms applicable to a federal Request for Proposals (RFP) involving the procurement of commercial products and services. It emphasizes the requirements for offerors, including adherence to Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) standards. Key provisions include the requirement for offerors to hold prices firm for 120 days, complete specific representations regarding telecommunications equipment, and disclose participation in federal contracts exceeding $10 million. Additionally, the document details technical acceptability criteria for potential contractors, such as compliance with FAA standards and the ability to meet delivery timelines. It underscores the importance of the contractor's past performance and provides stipulations on certifications related to taxes, criminal convictions, and other integrity matters before an award is made. The primary purpose is to establish a clear framework for compliance with government contracting regulations, ensuring transparency and accountability while promoting fair competition among vendors. These requirements serve to mitigate risks associated with government procurement, particularly concerning telecommunications security and ethical contracting practices.
    The Department of Homeland Security's United States Coast Guard (USCG) seeks approval for a sole source contract with Western Aerospace, Inc. for the repair of tail rotor drive shafts essential for the MH-65 aircraft. The estimated total value of this contract is $3,877,611 over five years, with funding from Operations and Support (OS) funds covering the fiscal years 2024-2029. Extensive market research identified Western Aerospace as the only vendor capable of providing the required repairs due to proprietary technology owned by Airbus Helicopter France, the original manufacturer. Previous competitive solicitations yielded one technically acceptable offer, emphasizing a lack of alternatives. The justification explains that failure to approve this acquisition could severely disrupt USCG operations, potentially grounding aircraft critical for rescue and law enforcement missions. The contract's specifications are non-negotiable as they relate to proprietary designs, thus excluding the possibility of enhancing competition. The procurement process will adhere to federal guidelines for sole-source acquisitions, ensuring compliance and fair pricing through rigorous market analysis and previous contract evaluations. Ultimately, the USCG aims to maintain aircraft readiness and operational effectiveness through this necessary repair service.
    The document outlines a federal government's Request for Proposal (RFP) for the repair and evaluation of tail drive shafts, effective for a one-year contract period. It includes several Contract Line Item Numbers (CLINs) detailing repair items including the forward, rear, and center tail drive shafts, along with related services such as unusual damage evaluation and technical support. Each CLIN specifies a quantity of 40 units with associated National Stock Numbers (NSNs) and part numbers (P/Ns) required for the repairs. The document instructs proposers to complete shaded sections marking unit prices and total estimated amounts, while offering guidelines for listing any additional charges. It emphasizes the importance of the Government's provision of property for repair, noting that failure to supply estimated quantities does not warrant price adjustments. Pricing must cover the base year and four option years, ensuring transparency in the proposal related to potential additional fees and labor rates for various services. This structured approach aids in managing federal procurement processes for necessary mechanical repairs, reflecting a clear and detailed methodology for engaging contractors with the Federal Government effectively. The document is designed to facilitate compliance with the FAR, ensuring thorough understanding and execution of contractual obligations.
    The United States Coast Guard (USCG) requires repairs for Tail Rotor Drive Shafts (TRDS) through a contract with a qualified contractor capable of handling disassembly, repair, and reassembly per USCG specifications. The contractor must provide all necessary materials, labor, and testing in their facility, adhering to military and occupational safety standards. Key responsibilities include the repair of non-ready for issue (Non-RFI) components, thorough cleaning of parts to avoid contamination, and proper documentation of all processes. The contractor must maintain relevant certifications and provide Certificates of Airworthiness for repaired components. They will handle components categorized as Beyond Economic Repair (BER) and conduct inspections for corrosion or unusual damage, with specified regulatory requirements for reporting and evaluation. Additionally, a quality assurance system must be in place, allowing the USCG to verify compliance with standards. The project outlines specific shipping, packaging, and delivery protocols, emphasizing a 90-day turnaround for repairs and the necessity of maintaining a permanent U.S.-based technical support presence. Overall, this contract signifies the USCG's ongoing commitment to ensuring the operational integrity and safety of its aviation components through stringent repair and quality standards.
    The file details the Wage Determination No. 2015-5503, issued by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage requirements applicable to federal contracts, referencing Executive Orders 14026 and 13658, which set hourly wages of at least $17.20 and $12.90, respectively, based on contract conditions. The document is specific to Idaho's counties of Ada, Boise, Canyon, Gem, and Owyhee, listing various occupations alongside their corresponding wage rates and fringe benefits, such as health and welfare contributions and paid vacation. The determination includes stipulations for contractors regarding employee classifications, additional benefits under Executive Order 13706 for paid sick leave, and outlines procedures for requesting job classifications not listed. This document serves as a guideline for federal contractors, ensuring compliance with labor standards and safeguarding worker rights under government contracts, reflecting the government's efforts to provide fair compensation and benefits to service employees.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a repair service for a high-speed shaft assembly. This assembly is typically used in aircraft components and accessories. The repair contract is expected to be awarded to Sikorsky Aircraft Corporation and will consist of a one-year base period and four one-year option periods. The contractor must provide clear traceability to the Original Equipment Manufacturer (OEM) and submit a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The closing date for offers is 5/6/2024 at 2:00PM Eastern Daylight Savings Time. Interested parties can submit quotations to Amy.E.Whitehurst2@uscg.mil.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure various aviation logistics components through a sole-source contract with Sikorsky Aircraft Corporation. The procurement includes essential items such as spacers, straps, and levers necessary for the maintenance of the MH-60T helicopter, which are uniquely produced by Sikorsky due to their proprietary manufacturing techniques and critical operational standards. This acquisition is vital for maintaining the operational readiness of the USCG's aviation fleet, ensuring that the helicopters are equipped with the required parts for effective performance. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 17, 2024, at 2:00 PM EDT, with the solicitation number 70Z03824QJ0000370 referenced in the subject line.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Purchase of Various Items
    Active
    Homeland Security, Department Of
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    Field Service Representative (FSR)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking sources for a Field Service Representative (FSR) to support the HC-144 and MH-60T aircraft engines and components. The FSR will provide technical assistance, training, and troubleshooting for the CT7-9C3 Turbo Shaft Engine and T700 series engines, ensuring operational efficiency and maintenance support for the Coast Guard's aviation missions. This opportunity is crucial for maintaining the readiness of the Coast Guard's fleet, which plays a vital role in search and rescue, law enforcement, and environmental protection. Interested firms are encouraged to submit their capability statements and responses to specific questions by September 30, 2024, at 4:00 PM EST, to Rebecca L. Farmer or Thomas C. Meek via the provided email addresses.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.