Purchase of Various Cockpit Control Panel Spares for HC-130J Fleet Stand Up
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 conducting market research through this Sources Sought Notice to identify potential sources capable of providing factory new cockpit control panel spares for its HC-130J aircraft fleet. This is for information and planning purposes only and is not a solicitation. Responses are due by April 22, 2026, at 12:00 PM EDT.
Scope of Work
The USCG seeks to identify vendors who can supply various cockpit control panel spares. A detailed list of required parts, including National Stock Numbers (NSN), Part Numbers, and quantities (all 2 EA), is provided in "Attachment 1 – List of Components – 70Z03826IH0000022.PDF". This document is crucial for potential bidders to understand the specific items the USCG is researching.
Contract & Timeline
- Type: Sources Sought Notice (Market Research)
- Set-Aside: None specified (market research stage)
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Response Due: April 22, 2026, 12:00 PM EDT
- Published: April 8, 2026
- Issuing Office: AVIATION LOGISTICS CENTER (ALC)
Response Requirements
Interested firms should provide their company name, address, telephone number, CAGE code, and point of contact. Additionally, respondents must answer specific questions regarding:
- Availability of parts via a Blanket Ordering Agreement (BOA).
- Quantity discounts and estimated lead times.
- Acceptable payment terms.
- Business size (large/small, number of employees) and applicable NAICS code.
- Small business certifications (emergent, disadvantaged, 8(a), Hub Zone, Woman-Owned, Service-Disabled Veteran-Owned).
- GSA schedule listing and other government/civilian agency users of the product.
- Recommended contract types for this work.
- Any general comments or feedback.
Submission Instructions
Responses are preferred via email to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The subject line must include "70Z03826IH0000022". This notice does not obligate the Government to award a contract, and responses are not considered adequate for any future solicitation.