Insight Plane Sciences Software Renewal
ID: 70Z03825QM0000001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the renewal of Insight Plane Sciences Software. This procurement involves a sole source contract for annual software support, which is critical for the Coast Guard's operational analysis and monitoring of aircraft flight data. The selected vendor, APS Aerospace Corporation, will provide essential software maintenance services from November 1, 2024, to October 31, 2025, ensuring continuity and compliance with federal regulations. Interested parties must submit their quotes by October 9, 2024, at 12:00 PM EST, and direct all inquiries to Jeremy A. Wood via email at jeremy.a.wood@uscg.mil.

    Files
    Title
    Posted
    The document outlines the instructions for offerors in response to a Request for Quote (RFQ) pertaining to the procurement of software from Insight Plane Sciences. It emphasizes the need for compliance with federal regulations, specifically Far clauses regarding telecommunications and video surveillance services, and mandates offerors to represent their involvement with covered telecommunications equipment or services. The evaluation process will be conducted based on price and technical acceptability, with the award set to go to the lowest priced, technically acceptable offer. Offerors are required to provide detailed representations and certifications concerning their business status, tax compliance, and adherence to various federal regulatory standards, as well as disclosure related to labor practices and environmental considerations. The document is structured into clear sections detailing requirements for representations, certification processes, and compliance with existing laws, ensuring transparency and accountability in the procurement process. Overall, it serves as a formal guideline for vendors aiming to participate in this government contracting opportunity, ensuring that only those who meet strict regulatory requirements are considered for the contract.
    The document outlines the justification for a sole source procurement request by the U.S. Coast Guard’s Aviation Logistics Center for additional support of the Insight & FAS-INV flight animation software, provided exclusively by Plane Sciences, Inc. It emphasizes that only this company possesses the proprietary data rights and software essential for the Coast Guard's operational needs. The USCG utilizes this software for critical analysis and monitoring of aircraft flight data and requires continuity in service that only Plane Sciences can ensure. The justification cites relevant legal authorities under 10 U.S.C. § 3204, detailing the constraints that prevent competitive solicitations, including the necessity for unique software capabilities and existing contractual relationships. Market research confirms no available alternatives, solidifying the sole source procurement's validity. The document also discusses challenges in fostering competition, as proprietary rights hinder the development of a competitive purchasing environment. Overall, this summary reflects the intent to secure crucial operational support while adhering to regulatory standards regarding procurement processes.
    This document outlines a Request for Proposal (RFP) from the U.S. Coast Guard's Aviation Logistics Center, seeking annual software support for multiple products. The proposal requires the completion of highlighted fields, including company name, point of contact, and CAGE code from SAM.gov. The RFP specifies software support for four different software programs, with a period of performance spanning from November 1, 2024, to October 31, 2025. Each software support item is listed with a quantity of one or two and a unit price of $0.00, resulting in a total cost of $0.00. This document signifies the Coast Guard's intention to procure essential software maintenance services to ensure operational effectiveness of their aviation logistics and underscores the ongoing need for suppliers who can commit to these support services within the specified timeframe. The lack of pricing indicates the need for more information or a zero-cost contractual relationship.
    The government file outlines the terms and conditions for a contract with Insight Plane Sciences Software, specifically under the federal procurement regulations (FAR) and Homeland Security Acquisition Regulations (HSAR). The document emphasizes the requirements for inspection and invoice submission procedures, such as ensuring contractors are registered in the System for Award Management (SAM) before submitting their invoices. Key clauses address whistleblower rights, prohibitions against using certain software and telecommunications services, and compliance with various federal laws governing contracts. Notably, contractors must refrain from using products developed by Kaspersky Lab, Huawei, and other covered entities due to security concerns. The terms aim to ensure compliance with federal statutes while promoting fair business practices, especially regarding small business participation and ethical conduct. The overall intent is to establish a framework for transparent and accountable contracting within federal and state projects related to technology and software services, highlighting security and regulatory adherence.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
    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.
    HC-144 & HC-27J Inverter Repair
    Active
    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.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source contract. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, which are critical for maintaining operational integrity and reliability. The items requested are outlined in detail, including specific National Stock Numbers, quantities, and required delivery dates, with a total delivery timeframe of 200 days after order receipt. Interested vendors may submit quotations to the designated contacts by October 11, 2024, at 2:00 PM EDT, for consideration in this unrestricted procurement process.
    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.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, focusing on restoring components to serviceable condition in accordance with OEM specifications, while adhering to rigorous quality management standards and documentation requirements. This contract is critical for maintaining operational efficiency and safety for the U.S. Coast Guard's aviation capabilities. Interested contractors must submit their quotations by December 20, 2024, at 2:00 PM EST, with the anticipated award date set for January 10, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    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 used on HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety through comprehensive repair services, including inspections, logistics support, and adherence to OEM standards, with GE Aviation Systems LLC identified as the sole source due to proprietary data restrictions. 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.
    Various Items - MH-60T Tail Cone/Tail Pylon
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's United States Coast Guard (USCG) intends to procure various aircraft parts and components for the MH-60T Tail Cone/Tail Pylon through a sole-source delivery order with Sikorsky Aircraft Corporation. This procurement involves 33 distinct items, primarily "CHANNEL" and "FRAME" parts, with a total requirement of 367 units, all of which are critical for maintaining operational readiness in USCG missions such as search and rescue and law enforcement. The urgency of this acquisition is underscored by the proprietary nature of the components, which can only be supplied by Sikorsky, as confirmed by market research. Interested parties may submit quotations to Julie Lininger at julie.g.lininger@uscg.mil and mrr-procurement@uscg.mil by 2:00 P.M. EDT on October 25, 2024, with the solicitation number 70Z03824QJ0000344 referenced in the subject line.
    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".
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide Non-Destructive Inspection (NDI) training services under a combined synopsis/solicitation. The procurement aims to deliver comprehensive training for 30-45 students over a five-year period, covering four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic, with a focus on ensuring compliance with unique USCG certification standards. This training is critical for maintaining the airworthiness of aircraft and ensuring regulatory adherence within the Coast Guard. Interested vendors must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025. For further inquiries, potential bidders can contact Rose Bateman at rose.a.bateman@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil.