Overhaul of Actuator, Electro-ME

SOL #: 70Z03826QH0000033Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 7, 2026
2
Submission Deadline
Apr 10, 2026, 4:00 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 Department of Homeland Security, U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), has issued a Request for Quotation (RFQ), solicitation number 70Z03826QH0000033, for the overhaul of Actuator, Electro-ME components used on HC-130J aircraft. This is a 100% Total Small Business Set-Aside opportunity, seeking a firm-fixed price purchase order. Quotations are due by April 10, 2026, at 12:00 PM Eastern Standard Time.

Scope of Work

The contractor shall provide overhaul services for specific Part Numbers (P/N) and National Stock Numbers (NSN) of actuators, as detailed in Attachment 3 – Schedule. The objective is to return components in an airworthy, "Ready for Issue" (RFI) condition suitable for HC-130J aircraft, supporting depot-level maintenance and field units. This includes:

  • Repair of failed components, replacement of missing hardware, and removal of foreign matter or corrosion.
  • Incorporation of Service Bulletins (SB) or repairs for Unusual Damage (priced separately).
  • All overhaul actions must comply with applicable technical directives or USCG-approved alternate standards.
  • The contractor is responsible for supplying all parts, labor, and materials at a firm-fixed price. No drawings, specifications, or schematics are available from the agency.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Contract Type: Firm-Fixed Price Purchase Order
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336413 (Small Business Size Standard: 1,250 employees)
  • Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components
  • Period of Performance: Delivery dates will be specified in the order.
  • Place of Performance: Primarily the Contractor's facilities or other USCG approved locations.
  • Offer Validity: Offers must be held firm for 120 calendar days.

Evaluation Criteria

Award will be made on a Lowest-Priced, Technically Acceptable (LPTA) basis. Key evaluation factors include:

  • Price: Assessed for fairness and reasonableness, with pricing provided in Attachment 3 – Schedule.
  • Technical Acceptability: Requires demonstration of access to applicable technical directives, availability of required technical data (with cover sheet), and proof of ability to update technical data (e.g., DD-2345 or TODO account). Offerors must be a Federal Aviation Administration (FAA), Original Equipment Manufacturer (OEM), or Department of Defense (DoD) Certified Overhaul Facility.

Key Requirements & Deliverables

  • Facility Certifications: Must be an FAA, OEM, or DoD Certified Overhaul Facility.
  • Quality System: Maintain a quality system compliant with SAE International Standard AS9100 (preferred), ISO 9001-2008, or equivalent.
  • Turn-around Time (TAT): 90 days after receipt of material (ARM).
  • Parts: Must be new and traceable to the OEM, or "serviceable" or "repaired" meeting technical directive requirements. Parts must be thoroughly cleaned (free of hazardous dust).
  • Certification: A Certificate of Airworthiness (FAA 8130 or equivalent) is required for each overhauled component.
  • Warranty: Standard commercial warranty applies.

Submission & Deadline

Quotations must be submitted via email to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil by April 10, 2026, at 12:00 PM Eastern Standard Time. The RFQ number (70Z03826QH0000033) must be indicated in the subject line. The anticipated award date is on or about April 15, 2026.

People

Points of Contact

WATTS, ANGELAPRIMARY
D05-SMB-LRS-Procurement@uscg.milSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
Overhaul of Actuator, Electro-ME | GovScope