Overhaul of Oxygen Regulators
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 seeking proposals for the Overhaul of Oxygen Regulators for its HC-130J aircraft. This is a 100% Small Business Set-Aside combined synopsis/solicitation (RFQ 70Z03826QH0000041) for commercial items. The objective is to maintain a "Ready for Issue" (RFI) inventory of critical components. Quotations are due by February 26, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
The requirement is for overhaul services for specific Part Numbers (P/N) and National Stock Numbers (NSN) of oxygen regulators, as detailed in Attachment 3. The contractor will be responsible for all parts, labor, and materials to restore components to an airworthy, RFI condition, suitable for installation on USCG HC-130J aircraft. This includes repairing failed components, replacing missing hardware, and removing foreign matter or corrosion, all in accordance with applicable technical directives or approved alternate standards. Firm fixed pricing applies, with separate pricing for Service Bulletins or Unusual Damage.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing)
- Small Business Size Standard: 1,250 employees
- Contract Type: Firm-Fixed Price Purchase Order
- Anticipated Award Date: On or about March 26, 2026
- Place of Performance: Contractor's facilities or USCG-approved location
Evaluation Criteria
Award will be made on a Lowest-Priced, Technically Acceptable (LPTA) basis.
- Price: Offerors must provide pricing as per "Attachment 3 - Schedule," including any quantity discounts or prompt payment discounts.
- Technical Acceptability: Bidders must demonstrate access to applicable technical directives (SOW Section 1.5.1) and the ability to update technical data. Airworthiness Certification (FAA 8130 or equivalent) is mandatory for all overhauled items; Certificates of Conformance alone are not sufficient for certifying airworthiness. Contractors must also possess one of the following certifications: FAA Overhaul Facility, OEM Certified Overhaul Facility, OEM Certified Distributor, or DoD Certified Overhaul Facility.
Submission Requirements
Quotations must be submitted via email to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil by February 26, 2026, at 12:00 PM EST. The RFQ number (70Z03826QH0000041) must be indicated in the subject line. Offers must remain firm for 120 calendar days. Required documentation includes a Certificate of Airworthiness or Equivalent, Certificate of Conformance, and PMA documentation. Bidders should utilize "Attachment 3 - Schedule" for pricing and "Attachment 2 - Terms and Conditions" for detailed instructions and clauses.