MH-65 Starter/Generator
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) is soliciting quotations for MH-65 Starter/Generator testing and evaluation services. This is a brand-name combined synopsis/solicitation (RFQ), identified as 70Z03826QB0000055, for a firm-fixed price purchase order. While a Justification for Other Than Full and Open Competition identifies Safran Power USA, LLC as the sole-source OEM, all responsible sources are invited to submit quotations. Offers are due by February 24, 2026, at 9:00 AM EST.
Scope of Work
The contractor will perform testing and evaluation of MH-65 Starter/Generators (P/N: 524-240, NSN: 2925-01-HS2-9985) to determine their Ready for Installation (RFI) or Non-Ready For Installation (NRFI) condition. This includes visual and functional inspections, component marking, failure reporting, and the return of NRFI components. Contractors must maintain a quality system (ISO 9001, AS9100, or equivalent) and be certified as an FAA Part 145 Repair Facility, OEM, or USCG SRR Engineering approved facility. Required documentation includes DD Form 1574 or FAA Form 8130-3, Certificate of Airworthiness, and Certificate of Conformance (COC). Test and evaluation must be completed within 15 calendar days of component receipt at the contractor's facility.
Contract & Timeline
- Type: Firm Fixed-Price Purchase Order (Combined Synopsis/Solicitation - RFQ)
- Solicitation Number: 70Z03826QB0000055
- NAICS: 488190 (Small Business Size Standard: $40 million)
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Quantity: 13 units, with an option for an additional 44 units, for a maximum of 57.
- Set-Aside: None (Justified as brand-name/sole-source, but open to all responsible sources).
- Offers Due: February 24, 2026, at 9:00 AM EST.
- Published: February 20, 2026.
Evaluation Factors
Award will be made using a tradeoff method, with Technical Acceptability, Delivery, and Price as evaluation factors. Non-price factors (Technical Acceptability and Delivery) combined are considered more important than Price. Technical acceptability requires meeting SOW requirements, providing repair capability explanations, and relevant certifications. Delivery will assess confidence in meeting timelines. Price will be evaluated for fairness and reasonableness. Offers must remain firm for 60 calendar days.
Key Requirements for Bidders
Bidders must provide pricing for Test and Evaluation, including fees for Beyond Economical Repair (BER) items. Compliance with Service Contract Labor Standards and the attached Wage Determination (WD 2015-4547, Rev. 30 for Manatee/Sarasota, FL) is mandatory. Specific quality assurance, packaging, marking, and shipping instructions must be followed, and traceability from the OEM with a Certificate of Conformance is required.
Submission
Quotations and questions must be submitted via email to Alisha.M.Colson@uscg.mil. The subject line must include "solicitation 70Z03826QB0000055". Phone call quotes will not be accepted.