120 KVA 400 Hz Vertical Solid State Frequency Converter
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG) Regional Support Team Oceania is soliciting quotes for a 120 KVA 400 Hz Vertical Solid State Frequency Converter (SSFC) and associated power equipment to support aircraft operations at USCG Air Station Barbers Point, Hawaii. This is a combined synopsis/solicitation for a Firm Fixed-Price contract. Quotes are due by February 20, 2026.
Scope of Work
The primary requirement is for one (1) SSFC designed to power commercial and military aircraft loads (specifically the C-130J) with MIL-STD-704E power quality. Key technical requirements and deliverables include:
- SSFC Specifications: 120 KVA, 115/200V AC, 3-Phase, 400 Hz output from a 480V utility supply. The unit must fit through a doorway less than 80” H x 5’10” W.
- Ancillary Equipment: Three 400 Hz motorized cable reels, one 28V DC motorized cable reel, Load Point Control Units (LPCU), and an enclosed circuit breaker.
- Compatibility: Mandatory compatibility with U.S. Coast Guard C-130J aircraft. Known compliant manufacturers include Unitron, ITW, and FCX; others must provide a manufacturer's letter of compliance.
- Services: On-site commissioning, training, load bank testing, and final testing with a C-130J aircraft.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Total Small Business
- NAICS Code: 335311 (Transformers: Distribution and Power Station)
- Response Due: February 20, 2026, 12:00 PM HST
- Place of Delivery: Kapolei, HI (FOB Destination)
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include delivery, pricing, and relevant past performance. Notably, the government considers delivery capability to be as important as cost.
Additional Notes
Offerors must be registered in SAM.gov and include their SAM ID and Tax Information Number (TIN) with their submission. Quotes should be submitted via email to Micah Sandusky (micah.j.sandusky@uscg.mil).