Overhaul of Gas Turbine Engines (APU)
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 United States Coast Guard (USCG) is conducting market research through this Sources Sought Notice to identify qualified sources capable of providing overhaul services for Gas Turbine Engines (APU). This is for planning purposes only and does not constitute a solicitation. The USCG seeks FAA, OEM, or DoD Certified Overhaul Facilities for the components listed in "Attachment 1". Responses are due by February 9, 2026, at 12:00 PM EDT.
Scope of Work
The USCG requires overhaul services for specific gas turbine engine components, including those with NSN 2835-01-438-5698 and PN 3800599-1. Contractors must possess the most current editions of all applicable technical documents and manuals, as the USCG does not provide these. Facilities must be certified as either an FAA Overhaul Facility, an Original Equipment Manufacturer (OEM) Certified Overhaul Facility, or a DoD Certified Overhaul Facility.
Certification Requirements
- FAA-Certified Facility: Requires submission of the FAA repair station certificate. If a limited rating, a capabilities list and self-evaluation are also needed.
- OEM Certified Facility: Requires documentation from the OEM confirming certification for the specific services/part numbers, or an OEM point of contact for verification.
- DoD or USCG Certified Facility: Requires a signed repair source approval memo from a DoD service or the USCG.
Response Requirements
Interested parties should provide company name, address, telephone, and point of contact. Responses must address specific questions, including:
- Verification of certification type (FAA, OEM, DoD).
- Ability to support a base plus 4 option years (5-year term).
- Subcontracting intentions.
- Quantity discounts, estimated lead time, and acceptable payment terms.
- Business size (large/small), NAICS code, and any small business designations (emergent, disadvantaged, 8(a), Hub Zone, Woman-Owned, Service-Disabled Veteran-Owned).
- GSA schedule listing, other government agency users, and civilian user POCs.
- Recommended contract types.
- General comments and feedback.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: February 9, 2026, 12:00 PM EDT
- Published: January 23, 2026
Submission Details
Email responses are preferred and should be sent to Emma.C.Craft@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The subject line must include 70Z03826IH0000013.
Important Note
This is for information and planning only. It is not a request for proposals and does not obligate the Government to award a contract. Responses are not a request to be considered for a contract award or to be added to a prospective offerors list.