Skip to main content

An official website of the United States government

You have 2 new alerts

Logic Unit and Antenna Repairs

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Apr 10, 2025 03:34 pm EDT
  • Original Date Offers Due: May 02, 2025 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 17, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 and subpart 13.5, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.  Solicitation number 70Z03825QJ0000108 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025.

The applicable North American Industry Classification Standard Code is 488190.  The small business size standard is $40M. This is an unrestricted requirement.  All responsible sources may submit a quotation which shall be considered by the agency. 

This contract is expected to be awarded on a sole source basis to Specmat Technologies, Inc (Cage Code: 0DLY8). It is anticipated that one (1) Indefinite Delivery Requirements type contract, with firm-fixed pricing (FFP), consisting of one (1) one (1) year base period and, if exercised, four (4) one (1) year option periods, will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. FFP Task Orders will be issued in accordance with the terms and conditions of the contract as repairs are required and funds are available. The list of services and estimated quantities can be found on “Attachment 1 - Schedule of Services - 70Z03825QJ0000108”.

Only the components requested in this solicitation will be considered for award. All repairs shall have clear traceability to the Original Equipment Manufacturer (OEM), Specmat Technologies, Inc (Cage Code: 0DLY8). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Contractors having the expertise and required capabilities to provide these components are invited to submit offers in accordance with the requirements stipulated in this solicitation. Responsible Contractors are limited to the OEM.

All repairs shall be completed in accordance with “Attachment 2 – Statement of Work – 70Z03825QJ0000108”. Components must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew.  The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight.  Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Components will only be repaired by sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM.  

The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause.  Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure components are in airworthy condition and suitable for installation on United States Coast Guard (USCG) aircraft.

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

SEE :

ATTACHMENT 1- “SCHEDULE OF SERVICES-70Z03825QJ0000108”

ATTACHMENT 2– “STATEMENT OF WORK-70Z03825QJ0000108”

ATTACHMENT 3 - “TERMS AND CONDITIONS-70Z03825QJ0000108”

ATTACHMENT 4 – “REDACTED J AND A-70Z03825QJ0000108”

ATTACHMENT 5 – “WAGE DETERMINATION – TN – 70Z03825QJ0000108”

Closing date and time for receipt of offers is 5/2/2025 at 2:00PM Eastern Daylight-Saving Time.   Anticipated award date is on or about 5/16/2025E-mail quotations may be sent to Trenton.C.Twiford@uscg.mil.  Please indicate 70Z03825QJ0000108 in subject line. 

Contact Information

Primary Point of Contact

Secondary Point of Contact

History