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 U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is soliciting proposals for the overhaul and modification of flight-critical components for MH-60T aircraft, including Spindles, Modulation Valves, Bifilar Assemblies, Hubs, and Retention Plate Assemblies. This requirement is issued as a Combined Synopsis/Solicitation (RFP 70Z03825RJ0000008). While the requirement is justified as a sole source to Sikorsky Aircraft Corporation due to proprietary data and their status as the Original Equipment Manufacturer (OEM), all responsible sources may submit a quotation for consideration.
Scope of Work
The contractor will provide overhauled components in a Ready for Issue (RFI) condition to support the Medium Range Recovery (MRR) Product Line and MH-60T fleet expansion. This includes visual and technical inspection, correction of deficiencies, replacement with new OEM-approved parts, and removal of foreign matter. All overhauls must adhere to the provided Statement of Work (Attachment 3) and Federal Aviation Regulations Parts 43 and 145. Key requirements include clear traceability to the OEM, Sikorsky Aircraft Corporation, and provision of necessary certifications such as a Certificate of Airworthiness (FAA 8130 preferred) or equivalent, and a Certificate of Conformance (COC) per FAR 52.246-15. A quality system compliant with ISO 9001-2000 or equivalent is also required.
Contract Details
This will result in an Indefinite Delivery Requirements (IDR) contract with Firm-Fixed Pricing (FFP). The contract will consist of a one-year base period and two one-year option periods, for a total potential duration of three years. The applicable NAICS code is 336413 (Helicopter Rotor Blades, Drive Mechanisms And Components) with a small business size standard of 1,250 employees. No specific set-aside is designated, as this is a sole source procurement.
Submission & Evaluation
Offerors must submit proposals in accordance with FAR Part 12 and FAR Part 15. Pricing information must be provided using "Attachment 1 – Schedule of Supplies," which details Contract Line Item Numbers (CLINs) for overhaul, modification, and scrap services. "Attachment 2 – Terms and Conditions" outlines all applicable FAR and HSAR clauses, offeror instructions, and references evaluation criteria. Note: No drawings, specifications, or schematics are available from the agency. Quotations should be emailed to Trenton.C.Twiford@uscg.mil, referencing solicitation number 70Z03825RJ0000008 in the subject line.
Key Dates
- Proposals Due: February 27, 2026, at 2:00 PM Eastern Time.
- Anticipated Award Date: On or about June 17, 2026.
- Opportunity Published: November 25, 2025.