Overhaul of Pump, Axial Piston
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), under the Department of Homeland Security, is soliciting quotations for the Overhaul of Pump, Axial Piston (NSN: 4320-01-171-0452, Part Number: 66039-01). This is a 100% Small Business Set-Aside opportunity issued as a Request for Quotation (RFQ) for commercial items. The purpose is to ensure a supply of Ready for Issue (RFI) aircraft components for depot level maintenance and field units, specifically for HC-130J aircraft. Quotations are due by February 6, 2026, at 12:00 PM Eastern Time.
Scope of Work
The contractor will provide overhaul services for the specified Axial Piston Pumps. This includes all parts, labor, and materials at a firm-fixed rate. Work involves complete overhaul, correction of all deficiencies, repair of failed components, and replacement of missing hardware or foreign matter/corrosion. Overhauled components must be returned in an airworthy condition, certified as such (FAA 8130 or equivalent), and suitable for installation. The USCG intends to order an initial quantity of five (5) units, with an option to increase the quantity by an additional five (5) units, for a maximum of ten (10) units, within 365 days of the award date at the same unit price.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (Combined Synopsis/Solicitation - RFQ)
- Set-Aside: 100% Small Business
- NAICS: 336413 (Small Business Size Standard: 1,250 employees)
- Response Due: February 6, 2026, 12:00 PM ET
- Anticipated Award Date: On or about February 11, 2026
- Published Date: January 27, 2026
Evaluation Criteria
Offers will be evaluated on a Lowest Priced, Technically Acceptable basis. Technical acceptability requires:
- Access to applicable technical directives and proof of ability to update technical data (e.g., DD-2345 or TODO account).
- Airworthiness Certification (FAA 8130 or equivalent) for overhauled items. Certificates of Conformance alone are not sufficient for airworthiness certification.
- The offeror must be a FAA Certified Overhaul Facility, OEM Certified Overhaul Facility, or DoD/USCG Certified Overhaul Facility. Sub-contractors must also meet these certification requirements.
Special Requirements & Notes
- No drawings, specifications, or schematics are available from the agency.
- The primary place of performance will be the Contractor's facilities.
- Delivery is F.O.B. Destination to the USCG Aviation Logistics Center, Elizabeth City, NC.
- Compliance with ASTM-D3951-15 for packing, marking, and preservation is required.
- A Certificate of Conformance (FAR 52.246-15) is required for each overhauled component.
- Reporting requirements include notification of component receipt, inspection condition reports for Unusual Damage, and Asset Computerized Maintenance System (ACMS) reporting within five working days of work completion.
Submission Instructions
E-mail quotations to james.r.callison@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The solicitation number (70Z03826QH0000022) must be indicated in the subject line. Offers must be held firm for 120 calendar days.