Overhaul of Aileron Booster Assemblies
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) is soliciting quotations for the overhaul of Aileron Booster Assemblies for the HC-130J aircraft. This is a 100% Set-Aside for Small Business opportunity, issued as a Request for Quotation (RFQ) leading to a firm-fixed price purchase order. The goal is to maintain an inventory of "Ready for Issue" (RFI) components to support USCG operational capabilities. Quotations are due by March 4, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
The contractor will perform overhaul services on specific components, including Aileron Booster Assemblies (NSN: 1650-01-134-4415, Part Number: 374455-7). Key requirements include:
- Compliance with applicable technical directives or USCG-approved alternate standards.
- Return components in an airworthy, "Ready for Issue" (RFI) condition.
- Supply all parts, labor, and materials for overhaul, including repair, replacement, and removal of foreign matter/corrosion.
- Inspection, overhaul, and testing to meet technical directive specifications.
- Turn-around time of 90 days after receipt of material (ARM).
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed Price Purchase Order.
- Set-Aside: 100% Set-Aside for Small Business.
- NAICS Code: 336413 (Small Business Size Standard: 1,250 employees).
- Response Due: March 4, 2026, at 12:00 PM EST.
- Anticipated Award Date: On or about March 31, 2026.
- Period of Performance: Contractor's facilities or USCG-approved locations.
Evaluation Criteria
Award will be made on a lowest-priced, technically acceptable basis. Technical acceptability requires offerors to:
- Demonstrate access to applicable technical directives and ability to update technical data.
- Possess airworthiness certification (FAA 8130 or equivalent).
- Be an FAA Overhaul Facility, OEM Certified Overhaul Facility, or DoD Certified Overhaul Facility (sub-contractors must also meet these).
- Maintain a quality system compliant with SAE AS9100 (preferred) or ISO 9001-2008.
Submission & Contact
Quotations must be emailed to Zachary.R.Harris2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000014) must be indicated in the subject line. Offerors must use "Attachment 3 - Schedule" for pricing and specify FOB and lead time. "Attachment 2 - Terms and Conditions" details additional instructions, clauses, and documentation requirements (e.g., Certificate of Conformance, Component Repair Records, Significant Component History Reports).