Search Contract Opportunities

HC-144 EROS Full Faced Oxygen Mask Repair and Overhaul

ID: 70Z03824QL0000106 • Type: Solicitation

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13, 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 70Z03824QL0000106 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17th, 2025.

The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a Total Small Business Set Aside requirement. All responsible sources may submit a quotation which shall be considered by the agency.

It is anticipated that a firm-fixed price contract with a one-year base period and four-one year option periods will be awarded on a competitive basis as a result of this synopsis/solicitation for the following parts listed in Attachment 2.

All items must be repaired and overhauled in accordance with (IAW) Original Equipment Manufacturer (OEM), specifications to include the latest revisions, updates and service bulletins. The OEM for these items is Safran Aerosystems Ex Safran Aerotechnics RLM, (Cage Code F0422).

Any vendor, except the OEM or a Production Approval Holder (PAH), repairing/overhauling/modifying Coast Guard aircraft components MUST be FAA 145 certified and perform at least fifty percent (50%) of the work at their company's FAA certified facility. Unless otherwise instructed by the Contracting Officer, awards for the repair or overhaul of Coast Guard aircraft repairable components shall only be awarded directly to service vendors who have been deemed fully capable of performing such services by division level command-appointed Coast Guard Engineers or Equipment Specialists. Vendors who do not meet the above stated capability requirement will not be considered and should not respond to this RFQ.

The contractor shall furnish a certificate of conformance (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 COC. Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer or authorized distributor.

Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Alternate Parts will be authorized if they are an OEM approved alternate part that satisfies all form, fit, and function requirements of the original parts and conform to the approved configuration.

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

The following attachments apply to this solicitation:
Attachment 1 Terms and Conditions
Attachment 2 Schedule of Supplies
Attachment 3 Statement of Work

Please note: Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted; shipping terms of Ex Works (EXW) will not be accepted.

The closing date and time for receipt of offers is March 17, 2025, at 4:00 pm EST. All questions must be submitted by March 7, 2025, at 4:00 pm EST. All questions and quotes must be sent to dmitri.e.mercer@uscg.mil. Telephone questions will not be accepted. Emailed quotes are requested and accepted.

**Please indicate 70Z03824QL0000106 in the subject line. **

NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program

It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).

Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.

Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests and CC the Contracting Officer. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman at OPAP@uscg.mil and the Contracting Officer: solicitation/contract number, contracting office, Contracting Officer's name, solicitation closing date (if applicable), and their concerns.

Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program, and CC the Contracting Officer in all communications.

Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be emailed to OPAP@uscg.mil and the Contracting Officer.

Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.

Background
This solicitation is issued by the United States Coast Guard (USCG) as a combined synopsis/solicitation for commercial items, specifically for the repair and overhaul of HC-144 EROS Full Faced Oxygen Masks.

The goal is to establish a firm-fixed price contract with a one-year base period and four one-year option periods. The agency aims to ensure that all repairs comply with Original Equipment Manufacturer (OEM) specifications, which are provided by Safran Aerosystems Ex Safran Aerotechnics RLM.

Work Details
The contractor is required to repair and overhaul EROS Full Face Oxygen Masks (Part Number: MF20-514) in accordance with OEM specifications. Key requirements include:
- All items must be repaired and overhauled IAW OEM specifications, including the latest revisions and service bulletins.
- Vendors must be FAA 145 certified and perform at least 50% of the work at their FAA certified facility.
- A Certificate of Conformance (COC) must be provided, including traceability to the manufacturer.
- Packaging must comply with ANSI/ESD $541 or MIL-STD-2073 for Electrostatic Discharge Sensitive components, ensuring maximum protection during transit.
- Each package must be labeled with NSN, Part Number, Serial Number, Nomenclature, Purchase Order Number, CLIN, and vendor CAGE CODE.

Internal packaging must prevent damage during shipment and storage for at least one year.

Place of Performance
The products will be delivered to various Air Stations or other designated locations as specified in the contract.

Overview

Response Deadline
March 17, 2025, 4:00 p.m. EDT Past Due
Posted
March 3, 2025, 3:47 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
90% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 3/3/25 Aviation Logistics Center issued Solicitation 70Z03824QL0000106 for HC-144 EROS Full Faced Oxygen Mask Repair and Overhaul due 3/17/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336413 (SBA Size Standard 1250 Employees) and PSC 1660.
Primary Contact
Name
Dmitri E. Mercer   Profile
Phone
None

Documents

Posted documents for Solicitation 70Z03824QL0000106

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Solicitation 70Z03824QL0000106

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 70Z03824QL0000106

Similar Active Opportunities

Open contract opportunities similar to Solicitation 70Z03824QL0000106

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > AVIATION LOGISTICS CENTER (ALC)(000
FPDS Organization Code
7008-70Z038
Source Organization Code
100168424
Last Updated
April 1, 2025
Last Updated By
kia.r.walton@uscg.mil
Archive Date
April 1, 2025