Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
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), under the Department of Homeland Security, is seeking proposals for the overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs, and Retention Plate Assemblies for the MH-60T aircraft. This is a sole source requirement, with the intent to award an Indefinite Delivery Requirements (IDR) contract to Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). Proposals are due by July 15, 2026, at 2:00 PM EDT.
Scope of Work
This opportunity involves the overhaul and/or modification of critical Flight Critical Safety Items (CSI) to a Ready for Issue (RFI) condition. Services include testing, evaluation, correction of deficiencies, replacement of defective parts with new OEM-approved components, and removal of foreign matter or corrosion. All overhauls must comply with Federal Aviation Regulations (FAR) Parts 43 and 145, and components must have clear traceability to Sikorsky Aircraft Corporation (Cage Code 78286). The contractor must provide an Airworthiness Certificate, OEM Certificate of Conformance (COC), or COC for each overhauled component.
Contract Details
- Type: Combined Synopsis/Solicitation (RFP) for a Firm-Fixed Price (FFP) Indefinite Delivery Requirements contract.
- Duration: One (1) base year plus two (2) one-year option periods, not to exceed three (3) years total.
- Set-Aside: None (sole source to Sikorsky Aircraft Corporation).
- NAICS Code: 336413 (Aircraft Manufacturing), Small Business Size Standard: 1,250 employees.
- Justification: Sole source award is justified under 10 U.S.C. § 3204 and FAR Subpart 6.302-1 (Only One Responsible Source) due to proprietary technical data and the critical nature of the components, with Sikorsky being the only approved source.
Submission & Evaluation
Proposals are requested via email to Trenton.C.Twiford@uscg.mil by July 15, 2026, at 2:00 PM EDT. The solicitation number, 70Z03825RJ0000008, must be included in the subject line. An anticipated award date is on or about September 17, 2026. Offerors must provide necessary certifications, including traceability to the OEM, Certificate of Airworthiness, manufacturer's COC, and their own COC.
Key Attachments
- Attachment 1 – Schedule of Supplies: Outlines CLINs, estimated quantities, and provides a pricing sheet for bidders to complete.
- Attachment 2 – Terms and Conditions: Details applicable FAR and HSAR clauses, offeror instructions, submission requirements, and quality assurance.
- Attachment 3 – Statement of Work: Defines the overhaul process, performance standards, and special requirements.
- Attachment 4 – Redacted J and A: Justifies the sole source award to Sikorsky Aircraft Corporation.