ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Open, Inspect, Report - Power Supply and Circuit Card Assembly Repair

DEPARTMENT OF HOMELAND SECURITY 2125405B4200RA009
Response Deadline
Sep 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for circuit card assemblies and power supplies as part of its ongoing requirement to maintain "Ready for Issue" stock. The procurement involves opening, inspecting, and diagnosing specific units to determine their repair viability, with a firm-fixed price quote required for any repairs deemed economically feasible. This initiative is crucial for ensuring the operational readiness of U.S. Coast Guard missions, with a response deadline for quotes set for September 12, 2025, at 12:00 PM EST. Interested vendors should direct inquiries to Contract Specialist Megan Maday at megan.l.maday@uscg.mil or Contracting Officer Brian Eichelberger at Brian.J.Eichelberger@uscg.mil.

Classification Codes

NAICS Code
811210
Electronic and Precision Equipment Repair and Maintenance
PSC Code
J061
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT

Solicitation Documents

3 Files
Attachment 1 - SOW incl Packaging Marking Requirements.pdf
PDF2146 KBSep 3, 2025
AI Summary
The Coast Guard Surface Forces Logistics Center (SFLC) requires repair services for specific circuit card assemblies (MA-303, EXR-660-002) and power supplies (IX-PSY5024) to maintain its “Ready for Issue” stock. The contractor must open, inspect, and diagnose each unit within 10 business days of receipt to determine if repair is economically viable. For repairable items, a firm-fixed price quote to repair to OEM standards is required within 15 business days. No repairs are to commence until a new contract or modification is executed. Units deemed Beyond Economical Repair (BER) will incur an inspection fee, and the contractor must submit a BER report within 10 days. All repaired units must be cleaned, painted, re-tested, quality inspected, repackaged according to SFLC ICP Packaging Requirements, and returned within 30 business days of contract approval. Both repaired and BER units must be shipped to the SFLC Warehouse in Baltimore, MD, with specific barcode markings indicating their condition (Condition Code “A” for repaired, “H” for BER). The document also includes detailed guidelines on military packaging standards (MIL-STD-2073-1E, MIL-STD-129) for shipments, outlining methods of preservation, packing levels, quality assurance, and marking requirements for various materials.
Attachment 2 - Electronic Submission of Payment Requests (Yard).pdf
PDF184 KBSep 3, 2025
AI Summary
The document outlines the mandatory electronic submission of payment requests for NESSS Awards through the Invoice Processing Platform (IPP). A "payment request" is defined as a bill, voucher, invoice, or contract financing request with supporting documentation, adhering to FAR 32.905(b) and the contract's Payment clause. It must also include discount offerings and small business status, if applicable, and travel components if approved. Contractors are required to use the blank form within IPP, with information and customer support available at www.ipp.gov and enrollment details at https://www.uscg.mil/fincen/IPP/. The designated Receiving Official and Invoice Approver Official is Jason Oldland.
Attachment 3 - Provisions and Clauses.pdf
PDF307 KBSep 3, 2025
AI Summary
This government file outlines key provisions and clauses for federal solicitations and contracts, emphasizing compliance with various regulations. It incorporates standard solicitation provisions and contract clauses by reference, accessible electronically via acquisition.gov/far. A significant focus is on prohibitions related to telecommunications and video surveillance equipment from certain foreign entities, like Huawei and ZTE, and hardware/software from Kaspersky Lab. Offerors must represent whether they provide or use such equipment and disclose details if they do. The document also addresses prohibitions against contracts with 'inverted domestic corporations' and outlines organizational conflict of interest procedures, requiring disclosure and mitigation plans. Furthermore, it details recent FAR Class Deviations (25-01, 25-02, 25-03) that modify which provisions and clauses should be included or excluded from solicitations and contracts, particularly concerning equal opportunity, project labor agreements, and sustainable products, while noting that SAM system updates may lag policy changes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
deadlineResponse DeadlineSep 12, 2025
expiryArchive DateSep 27, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
C5I DIVISION 2 KEARNEYSVILLE

Point of Contact

Name
Megan Maday

Place of Performance

Curtis Bay, Maryland, UNITED STATES

Official Sources