Modify TCAS II Processors for U.S. Coast Guard Aircraft HC-27J
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 the modification and overhaul of nine (9) TCAS II Processors for its HC-27J aircraft. This is an unrestricted requirement seeking commercial items under a firm-fixed price purchase order. Quotations are due by March 9, 2026, at 4:30 p.m. ET.
Opportunity Details
This Request for Quotation (RFQ) seeks to procure the modification of TCAS II Processors (National Stock Number: 5841-01-535-3962, Part Number: 940-0330-001) to a modified configuration (NSN: 5841-01-641-1494, P/N: 940-0331-001). A quantity of nine (9) units is required. The solicitation is issued in accordance with FAR subpart 12.201. The applicable NAICS code is 488190 with a small business size standard of $40M.
Scope of Work
The contractor will provide inspection, modification, and overhaul services for the specified TCAS II Processors. Services must be performed by an Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or a Federal Aviation Administration (FAA) Certified 145 Repair Center. The work must comply with OEM specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. Key requirements include:
- Obtaining all necessary OEM documentation.
- Thorough disassembly and repair for corrosion, with OEM evaluation for Flight Critical components.
- Providing a Teardown and Inspection Report (TIR).
- Cleaning components to remove hazardous dust.
- Ensuring all repaired/overhauled components are airworthy, with an FAA airworthiness release (8130-3) or EASA Form-1.
- Maintaining an ISO 9000 compliant quality system and tracking components via the Coast Guard's ACMS.
- Packaging must comply with CMMs, ANSI/ESD S541, or MIL-STD-2073, avoiding specific prohibited materials.
Key Requirements & Deliverables
- Item: Modification of 9 TCAS II Processors (P/N 940-0330-001 to P/N 940-0331-001).
- Traceability: Clear traceability to OEM Honeywell International Inc. (CAGE Code 27914) and documentation as an authorized distributor.
- Certificate of Conformance (COC): Required IAW FAR clause 52.246-15.
- Delivery: Within ten (10) days After Receipt of Order (ARO) to Elizabeth City, NC. Early/partial deliveries are desired.
- Turn-around-time (TAT): Ten (10) days After Receipt of Material (ARM).
- Shipping Terms: F.O.B. Destination or F.O.B Origin only. Ex Works (EXW) or Incoterms 2020 are not accepted.
- No Drawings: USCG does not have drawings, specifications, or schematics available.
Eligibility & Evaluation
This is an unrestricted requirement, open to all responsible sources. Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval to provide the specified services. Vendors must be deemed fully capable by Coast Guard Engineers or Equipment Specialists. Award will be made to the lowest priced, technically acceptable offeror representing the best value to the Government. Quotations will be evaluated for fairness and reasonableness. Offerors must hold prices firm for 60 calendar days.
Submission Details
Quotations are due by March 9, 2026, at 4:30 p.m. Eastern Time. Email submissions are preferred and should be sent to Denise.D.Davis@uscg.mil. The subject line must include the solicitation number 70Z03826QW0000056. Offerors must include the solicitation number, their name, address, Unique Entity Identifier (UEI), and EFT indicator.
Additional Notes
A wage determination for Tarrant County, Texas, is attached. Bidders should review this document to determine its applicability to their proposed place of performance for service contract employees.