Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support

SOL #: 70Z03825QS0000020Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Egg Harbor Township, NJ

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Jan 13, 2026
3
Submission Deadline
Jan 23, 2026, 5:00 PM

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 US Coast Guard (USCG), through its Aviation Logistics Center (ALC), is soliciting proposals for Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support Services. This opportunity, identified as RFQ 70Z03825QS0000020, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. An amendment has extended the proposal submission deadline to January 23, 2026, at 12:00 PM EST. This effort ensures critical support for USCG aviation operations.

Scope of Work

The contractor will provide trained and qualified personnel for comprehensive aircraft maintenance, including scheduled and unscheduled repairs, system maintenance, and flight inspections. Additionally, services include inspection, overhaul, and repair of ALSE at designated USCG facilities. The Performance Work Statement (PWS) has been amended to include sections for Phase-In and Phase-Out procedures.

Contract & Timeline

  • Contract Type: Firm-Fixed Price Requirements contract
  • Duration: One (1) one-year base period and four (4) one-year option periods
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 488190 (Small Business Size Standard: $40 million)
  • Proposal Due: January 23, 2026, 12:00 PM EST
  • Anticipated Base Period Start: May 1, 2026
  • Published: January 13, 2026 (Amendment 0001)

Place of Performance

Primary locations include Air Station Atlantic City, NJ, and Aviation Training Center (ATC) Mobile, AL. Positions are also anticipated at Joint Base Andrews, MD, particularly from Option Period One onwards.

Evaluation Factors

Award will be made to the lowest-priced, technically acceptable offeror with acceptable past performance, utilizing Lowest Price Technically Acceptable (LPTA) procedures. Technical quotes are limited to ten (10) pages, excluding required provisions and front matter. Past performance will be evaluated based on demonstrated history, with information potentially sourced from USCG contracts, ALMIS, PPIRS, and CPARS.

Key Clarifications & Requirements

  • Ramp-up Time: Services are expected immediately upon contract effective date.
  • Staffing: Staffing levels for the Base Period mirror the current contract. Mobilization requires all personnel to be in place within five (5) calendar days of award.
  • Government Furnished Equipment (GFE): The Government will provide office supplies, lubricants, and certain parts for ALSE maintenance. The Contractor must provide all Personal Protective Equipment (PPE).
  • Wage Determinations: Applicable Wage Determinations include 2015-4189 (NJ), 2015-4605 (AL), and 2015-4281 (MD).
  • Limitations on Subcontracting: FAR clause 52.219-14 applies, requiring the SDVOSB Prime to perform at least 50% of the cost of personnel.
  • Submission: All questions and proposals must be sent to Charles.E.Leslie2@uscg.mil, with the solicitation number in the subject line. Phone calls will not be accepted.

Important Documents

  • 70Z03825QS0000020 - Questions and Answers: Provides responses to vendor inquiries and clarifies various aspects of the solicitation.
  • 70Z03825QS0000020 - Schedule of Services (Amended): Corrects the estimated contract value formula and serves as the pricing template.
  • 70Z03825QS0000020 - Performance Work Statement (Amended): Adds sections for Phase-In and Phase-Out procedures.
  • Wage Determinations: Specific wage determinations for New Jersey, Alabama, and Maryland are attached.

People

Points of Contact

Charles E. Leslie, JrPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 13, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Dec 17, 2025
View