MH-65 Repair of Hoist Control Panel
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) Aviation Logistics Center (ALC) has issued a combined synopsis/solicitation (RFQ 70Z03826QB0000089) for the repair and evaluation of MH-65 Rescue Hoist Control Panels. This is a restricted solicitation, with an anticipated firm-fixed price purchase order awarded on a sole source basis to Breeze Eastern LLC. However, all responsible sources capable of obtaining required technical expertise, engineering data, and OEM parts are invited to submit quotations. Offers are due by April 10, 2026, at 10:00 AM EDT.
Scope of Work
The requirement is for testing, evaluation, and repair of MH-65 Rescue Hoist Control Panels (NSN: 1680-01-HS3-1373, Part Number: CS-10300-63-2). The contractor must provide all necessary parts, materials, labor, tooling, test equipment, and facilities. Repairs must adhere to OEM Component Maintenance Manuals (CMMs) or approved specifications, ensuring airworthiness and traceability to the OEM. The scope includes evaluating components for repair or Beyond Economical Repair (BER) status, with the USCG making final BER determinations. The procurement is for 14 units of the specified control panel.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award: Firm-Fixed Price Purchase Order
- Anticipated Contractor: Breeze Eastern LLC (CAGE Code: 08484) on a sole source basis, justified by OEM exclusivity for safety-critical parts.
- NAICS: 488190 (Other Support Activities for Air Transportation) with a $40 million small business size standard.
- Set-Aside: Restricted / Sole Source. While intended for Breeze Eastern, the solicitation may be amended if responsive offers from responsible sources authorized by the OEM for major repair are received.
- Evaluation: Award will be based on fair and reasonable pricing. Technical acceptability will be evaluated for offerors demonstrating the ability to provide new manufactured commercial items from the OEM or an approved source.
- Period of Performance: Delivery for repair line items is 90 calendar days after receipt of components.
- Place of Performance: Contractor's facility or a USCG-approved facility.
Key Requirements & Standards
Offerors must possess or have access to CMMs, repair specifications, and test/acceptance criteria. A quality system compliant with ISO 9001, AS9100, or equivalent is required. Repaired components must be airworthy, tagged with documentation (DD Form 1574 or FAA Form 8130-3), and include a Certificate of Airworthiness, failure data report, and Component Repair Record (CRR). The contractor must be an FAA or EASA Part 145 Certified Repair Facility, OEM, and/or USCG SRR Engineering approved. Service Contract Labor Standards and associated wage determinations (e.g., NJ 2015-4211 REV 32) apply.
Submission Details
Quotations and questions must be submitted via email to Hartley.K.Askew2@uscg.mil. The solicitation number (70Z03826QB0000089) must be included in the subject line. Phone call quotes will not be accepted. Closing Date: April 10, 2026, at 10:00 AM EDT.