ContractSpecial Notice

Repair Various Avionics in support of the HC-144 Aircraft

DEPARTMENT OF HOMELAND SECURITY 70Z03825QL0000143
Response Deadline
Sep 3, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Special Notice

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified vendor to repair various avionics components in support of the HC-144 Aircraft. The procurement involves the repair of specific items, including antennas and receiver/transmitters, with the expectation that the vendor will be FAA 145 certified and perform at least 50% of the work at their certified facility. This opportunity is critical for maintaining the operational readiness of the Coast Guard's aircraft fleet, ensuring that all repaired components meet stringent airworthiness standards. Interested vendors must submit their capability information within ten calendar days from the posting date, with the closing date for this solicitation set for September 3, 2025, at 10:00 AM EST. For further inquiries, contact Logan J. Brown at Logan.J.Brown3@uscg.mil.

Classification Codes

NAICS Code
488190
Other Support Activities for Air Transportation
PSC Code
J016
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES

Solicitation Documents

4 Files
Attachment A - Terms and Conditions.pdf
PDF703 KB9/3/2025
AI Summary
Solicitation 70Z03825QL0000143 outlines federal acquisition regulations and provisions for government contracts, emphasizing compliance with the System for Award Management (SAM) and specific clauses. Key provisions include restrictions on telecommunications and video surveillance equipment from certain foreign entities, requiring offerors to disclose their use of such equipment. The solicitation also details instructions for offerors, evaluation criteria focusing on technical acceptability and lowest price, and various representations and certifications related to business size, ownership, and adherence to labor and trade laws. It sets forth requirements for service-disabled veteran-owned, women-owned, and small disadvantaged businesses, and addresses certifications concerning Buy American, Free Trade Agreements, and responsible business practices. Protests must be served promptly to the designated Contracting Officer.
Attachment B - Statement of Work.pdf
PDF139 KB9/3/2025
AI Summary
This Statement of Work (SOW) outlines the requirements for obtaining inspection, repair, and overhaul services for specific Coast Guard components from Original Equipment Manufacturers (OEMs), OEM Authorized Repair Centers, or FAA Certified 145 Repair Centers. The contractor must adhere to OEM specifications, provide documentation of OEM authorization if claimed, and maintain ISO 9000 compliance or an equivalent quality system. Key requirements include the contractor obtaining proprietary OEM documentation, retaining USCG modifications, strict adherence to coating requirements, and detailed repair levels (inspect/repair and overhaul). The SOW also addresses corrosion, procedures for determining Beyond Economical Repair (BER) items, and strict timelines for inspection and reporting. Contractors must provide a Teardown and Inspection Report (TIR), ensure thorough cleaning of components to remove hazardous dust, and meet a 90-day turnaround time. All repaired components must be airworthy, accompanied by FAA airworthiness releases or authorized Certificates of Conformance, and packaged according to stringent standards to prevent damage and corrosion. The USCG reserves the right to invoke Defense Contract Management Agency (DCMA) requirements, with final inspection and acceptance by ALC quality assurance personnel.
Attachment C - Redacted Justification for Other Than Full and Open Competition.pdf
PDF240 KB9/3/2025
AI Summary
No AI summary available for this file.
Attachment D - Wage Determination 2015-4157 (NY).pdf
PDF70 KB9/3/2025
AI Summary
This government file is a wage determination for service contracts in Nassau and Suffolk Counties, New York, effective July 8, 2025. It outlines minimum wage rates for various occupations, including administrative, automotive, food service, health, and technical roles, with rates ranging from $16.68 to $61.13 per hour. The document specifies that contracts awarded on or after January 30, 2022, are subject to Executive Order 14026, requiring a minimum of $17.75 per hour, while earlier contracts are subject to Executive Order 13658, requiring $13.30 per hour. All listed occupations receive health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation (2-5 weeks based on service), and twelve paid holidays. It also details provisions for paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), and uniform allowances. Special conditions apply to computer employees and air traffic controllers regarding exemptions and night/Sunday pay. The document also includes procedures for conforming unlisted job classifications and wage rates, emphasizing the use of the "Service Contract Act Directory of Occupations."

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 29, 2025
amendedLatest Amendment· Description UpdatedSep 3, 2025
deadlineResponse DeadlineSep 3, 2025
expiryArchive DateSep 18, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)

Point of Contact

Name
LOGAN J. BROWN

Official Sources