Overhaul of Hydraulic Pump, Tail Rotor Servo, and Repair of Servo Cylinder
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 a Sources Sought notice to identify potential sources capable of providing overhaul and repair services for specific aircraft hydraulic components. This includes a Hydraulic Pump (NSN: 4320-01-207-7228), a Tail Rotor Servo (NSN: 6615-01-158-5787), and a Servo Cylinder (NSN: 6615-01-158-5984). All potential sources must be Naval Supply Systems Command (NAVSUP) approved to ensure adherence to Original Equipment Manufacturer (OEM) specifications. This is for planning purposes only and does not constitute a solicitation.
Scope of Work
The USCG seeks capabilities for:
- Overhaul of Hydraulic Pump (Part No. 53023-06 / Alt. 70652-02300-050) and Tail Rotor Servo (Part No. 2227000-12 / Alt. 70410-26520-042).
- Repair of Servo Cylinder (Part No. 274000-1033 / Alt. 70410-22820-043).
Key Requirement: All sources must be NAVSUP approved. Identified OEM/Approved Sources include Parker Hannifin Corporation (Cage Code: 59211) and Sikorsky Aircraft Corporation (Cage Code: 78286).
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: March 4, 2026, at 2:00 p.m. EST
- Published: February 18, 2026
- Place of Performance: Elizabeth City, NC (USCG Aviation Logistics Center)
Response Requirements
Interested firms should provide company name, address, phone, POC, and answer specific questions including:
- OEM status (OEM, authorized distributor, or repair facility) with documentation.
- Business size (large/small) and number of employees.
- Applicable NAICS code.
- Small business designations (e.g., emergent, disadvantaged, 8(a), Hub Zone, Woman-Owned, Service-Disabled Veteran-Owned).
- GSA schedule listing.
- Other government agency users, POCs, and contract numbers.
- Civilian user POCs.
- Quantity discounts.
- Estimated total lead time.
Additional Notes
This notice is for information and planning only; it is not a request for proposals, and no contract will be awarded from this announcement. Responses will inform future acquisition planning. Email responses are preferred and should be sent to Cayce.A.Copley2@uscg.mil, with "70Z03826IJ0000012" in the subject line.