Overhaul of Butterfly Valve
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 Total Small Business Set-Aside Request for Quotation (RFQ) for the overhaul of Butterfly Valves (NSN: 4810-01-544-7492, P/N: 697996-3) for its HC-130J aircraft. This combined synopsis/solicitation seeks to establish a firm-fixed price purchase order for seven (7) units, with an option for two (2) additional units. Quotations are due February 5, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide comprehensive overhaul services to restore specified butterfly valves to an airworthy, "Ready for Issue" (RFI) condition suitable for installation on HC-130J aircraft. This includes supplying all necessary parts, labor, and materials. Key requirements include:
- Overhaul actions in accordance with applicable technical directives and Original Equipment Manufacturer's (OEM) Commercial Maintenance Manuals (CMM).
- Repair of failed components, replacement of missing hardware, and removal of foreign matter or corrosion.
- Cleaning parts to be free of hazardous dust.
- Providing airworthiness certification (e.g., FAA Form 8130) and a Certificate of Conformance (COC) for each overhauled item.
Contract Details
- Type: Firm-Fixed Price Purchase Order (RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 336413 (Small Business Size Standard: 1,250 employees)
- Quantity: Seven (7) units initially, with an option for the USCG to increase by two (2) units (maximum nine) within 365 days at the same unit price.
- FOB: To be specified by bidder.
- Lead Time: To be specified by bidder.
Eligibility & Evaluation Criteria
Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis. Technical acceptability is critical and requires offerors to demonstrate:
- Certification as an OEM Certified Overhaul Facility or an OEM Certified Distributor.
- Availability of applicable technical directives and access to current editions of all relevant documents.
- Capability to provide airworthiness certification (e.g., FAA Form 8130) with evidence of qualified personnel.
- Maintenance of a Quality Assurance System.
- Price must be fair and reasonable.
Submission Requirements
- Quotations Due: February 5, 2026, 5:00 PM EST.
- Submission Method: Email quotations to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil.
- Subject Line: Must include the RFQ number (70Z03826QH0000020).
- Required Attachments: Completed Attachment 3 (Schedule/Pricing Worksheet), and documentation supporting technical acceptability criteria. Offers must remain firm for 120 calendar days.