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) to maintain an inventory of "Ready for Issue" (RFI) parts. This is a Combined Synopsis/Solicitation (RFQ) issued as a 100% Set-Aside for Small Business, anticipating a firm-fixed price purchase order award. Quotations are due by April 14, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
The contractor will provide overhaul services for USCG ALC components, specifically Oxygen Regulators, ensuring they are returned in an airworthy and RFI condition. This includes supplying all parts, labor, and materials for overhaul, repairing failed components, replacing missing hardware, and removing foreign matter or corrosion. Work must comply with applicable technical directives (e.g., 15X6-3-21-3, 15X6-3-21-4) or approved alternate standards, and Original Equipment Manufacturer's Commercial Maintenance Manuals (CMM). Services for Service Bulletins or "Unusual Damage" will be priced separately.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 336413 (Aircraft Manufacturing), Small Business Size Standard: 1,250 employees
- Place of Performance: Contractor's facilities or other USCG-approved location.
- Contractor Certifications: Offerors and sub-contractors must be FAA Certified Overhaul Facility, OEM Certified Overhaul Facility/Distributor, or DoD Certified Overhaul Facility.
Key Requirements & Deliverables
Offerors must demonstrate access to all required technical data and manuals. Replacement parts must be new, OEM-traceable, or certified "serviceable"/"repaired." Overhauled components must be certified airworthy and suitable for installation, requiring an FAA Form 8130 or equivalent for airworthiness certification (a Certificate of Conformance is not sufficient for airworthiness). A Certificate of Conformance (COC) prepared per FAR 52.246-15 is also required for each overhauled component. Compliance with ASTM-D3951-15 for packing/marking and a Quality Assurance System are mandatory.
Evaluation Criteria
Award will be made on a competitive basis, with evaluation factors in descending order of importance:
- Technical Acceptability: Requires proof of access to applicable technical directives (e.g., via DD-2345 form or TODO account code) and airworthiness certification capability.
- Delivery: Offerors must state their 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. Non-price factors (Technical Acceptability and Delivery) combined are more important than price.
Submission & Deadlines
Quotations, including pricing details on Attachment 3 (Schedule), must be submitted via email to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000055) must be indicated in the subject line. Prices must be held firm for 120 calendar days.
- Quotation Due Date: April 14, 2026, at 12:00 PM Eastern Standard Time.