Overhaul of Oxygen Regulator
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) is soliciting quotations for the Overhaul of Oxygen Regulators (NSN: 1660-01-407-8856, Part Number: 29270-10A-B2). This is a 100% Total Small Business Set-Aside combined synopsis/solicitation (RFQ 70Z03826QH0000055) for commercial items, with an anticipated firm-fixed price purchase order award. Quotations are due by March 31, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide overhaul services for USCG ALC components, specifically oxygen regulators, to ensure they are returned in an airworthy and "Ready for Issue" (RFI) condition. This includes supplying all parts, labor, and materials at a firm-fixed price, covering repair of failed components, replacement of missing hardware, and removal of foreign matter or corrosion. Services must comply with applicable technical directives (e.g., 15X6-3-21-3, 15X6-3-21-4) and Original Equipment Manufacturer's Commercial Maintenance Manuals (CMMs). Pricing for Service Bulletins or repairs for "Unusual Damage" will be handled separately.
Contractor Requirements
Offerors must be an FAA Certified Overhaul Facility, OEM Certified Overhaul Facility/Distributor, or DoD Certified Overhaul Facility. Sub-contractors must also meet these certification requirements. Contractors must demonstrate access to all required technical data and manuals. Replacement parts must be new, OEM-traceable, or certified "serviceable"/"repaired." Overhauled components require certification as airworthy (FAA Form 8130 or equivalent) and a Certificate of Conformance (FAR 52.246-15). A Quality Assurance System is mandatory.
Contract Details & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 336413 (Small Business Size Standard: 1,250 employees)
- Product Service Code: 1660 - Aircraft Air Conditioning, Heating, And Pressurizing Equipment
- Place of Performance: Contractor's facilities or other USCG-approved location.
- Quotations Due: March 31, 2026, at 12:00 PM EST
- Anticipated Award Date: On or about April 7, 2026
- Period of Performance: To be provided in the order.
Evaluation Criteria
Award will be based on a competitive basis, with evaluation factors in descending order of importance:
- Technical Acceptability: Requires proof of access to technical directives (e.g., DD-2345, TODO account), and airworthiness certification (FAA Form 8130 or equivalent; Certificate of Conformance is not sufficient for airworthiness).
- Delivery: Offerors must state delivery capability. Evaluation considers confidence levels for delivery within 90-105 days, 106-120 days, or over 120 days After Receipt of Component (ARC).
- Price: Quotations will be evaluated for fairness and reasonableness, including any quantity or prompt payment discounts. Non-price factors (Technical Acceptability and Delivery) combined are more important than price.
Submission Instructions
Quotations, including pricing details on Attachment 3 - Schedule, must be emailed to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000055) must be indicated in the subject line. Offerors must hold prices firm for 120 calendar days. Shipping will be F.O.B. Destination to USCG ALC, Elizabeth City, NC.