Weapons Management System (WMS) New Buys
ID: 70Z03825QJ0000134Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT BOMBING FIRE CONTROL COMPONENTS (1280)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions for a federal solicitation related to the acquisition of commercial products and services for the U.S. Coast Guard (USCG). It emphasizes the acceptance of specified Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, including requirements for offerors regarding telecommunications services and small business subcontracting plans. Evaluation of submissions will prioritize the lowest-priced, technically acceptable offer against established criteria, notably the necessity for new manufactured items from authorized manufacturers. Offerors classified as large businesses must present a Small Business Subcontracting Plan. Key technical requirements include the provision of specific items, along with detailed instructions for submission of proposals, representation and certifications related to contractor responsibilities, and compliance with multiple federal regulations regarding sourcing, reporting, and quality assurance. The document also formulates stipulations on shipping, invoicing, and compliance documentation needed for acceptance of deliverables. The overarching purpose is to ensure fair competition and adherence to federal regulations while securing necessary products/services for the USCG, thereby reinforcing the agency's standards in procurement practices.
    This government file, Attachment 1 to Solicitation 70Z03825QJ0000134, outlines the terms and conditions for federal acquisition, focusing on commercial products and services. It details Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, superseding other terms. Key provisions include instructions for offerors, specifically regarding telecommunications equipment and small business subcontracting plans for large businesses. Evaluation criteria prioritize the lowest-priced, technically acceptable offer, with a focus on new manufactured commercial items from Original Equipment Manufacturers (OEMs) for the United States Coast Guard (USCG). The document also includes extensive definitions for various business classifications (e.g., small business, veteran-owned) and certifications related to Buy American, Free Trade Agreements, and responsibility matters. Quality assurance for USCG aircraft products, packaging, shipping, inspection, acceptance, and invoicing instructions are provided, alongside full text FAR clauses concerning whistleblower rights, safeguarding contractor information systems, and prohibitions on contracting with Kaspersky Lab or inverted domestic corporations. The overarching purpose is to establish comprehensive guidelines for vendors, ensuring compliance, quality, and fair competition in federal contracting.
    The document outlines the terms and conditions applicable to a federal solicitation for commercial products and services as per FAR and HSAR regulations. It establishes that the acceptance of an order involves adherence to these terms, which supersede all prior conditions. Key components include the evaluation criteria for bids, requiring large businesses to submit a Small Business Subcontracting Plan and ensuring technical acceptability of offers is critical, with an emphasis on pricing and manufacturer specifics. It also discusses various representations and certifications related to business size, ownership, and compliance with federal standards, alongside definitions relevant to small and disadvantaged business concerns. Quality assurance and packaging instructions for products destined for the USCG are provided along with detailed invoicing and shipping directives, ensuring compliance with procurement standards. This document is vital for entities wishing to participate in federal contracts, emphasizing compliance, transparency, and the promotion of small businesses, reflecting the government's commitment to responsible fiscal practices.
    The document outlines the terms and conditions for a federal solicitation (RFP 70Z03825QJ0000134) related to the acquisition of commercial products and services, particularly focused on a Weapons Management System for the U.S. Coast Guard (USCG). Key components include mandatory compliance with the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), particularly clauses related to telecommunications and video surveillance services. Offerors must provide a Small Business Subcontracting Plan if classified as large businesses and demonstrate technical acceptability in quotes to secure contracts. Evaluation is based on pricing, technical acceptability, and adherence to specific documentation, including certifications regarding disadvantaged business status and certifications for child labor compliance. The document also outlines quality assurance requirements, packaging and shipping instructions, and completion of necessary documentation for acceptance, including Certificates of Conformance and Airworthiness. Overall, the terms emphasize the importance of compliance, technical qualifications, and fair pricing, ensuring that contracts awarded will serve the best interests of the government while fostering responsible business practices and safeguarding requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@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.
    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.
    Mount Assy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    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.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Assembly, Beam
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an Assembly, Beam, under a sole source contract with Sikorsky Aircraft Corporation. The procurement involves a quantity of 10 units, with a requested delivery date of February 1, 2026, and early shipments are encouraged at no additional cost to the government. This assembly is critical for the operational capabilities of the Coast Guard's aviation assets, and the procurement process is set to conclude with a response deadline of December 15, 2025, at 2:00 PM EST. Interested parties may submit quotations to the designated contacts, Adam Finnell and the MRR Procurement Mailbox, for consideration.
    Low Level Contr
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    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.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    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.