Repair Accumulator for U.S. Coast Guard Aircraft HC-144
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) is soliciting quotations for the repair of three Accumulator units (P/N CE100850-0001, NSN 1650-01-HS1-9368) for its HC-144 aircraft. This is a restricted solicitation with an anticipated sole-source award to Airbus DS Military Aircraft, Inc. due to OEM data rights. However, all responsible sources are invited to submit quotations for consideration.
Purpose & Scope
The objective is to obtain inspection, repair, and/or overhaul services for the specified Accumulator units. Services must be performed by an Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or a Federal Aviation Administration (FAA) Certified 145 Repair Center. Contractors must strictly adhere to OEM specifications, Component Maintenance Manuals (CMMs), and the provided Statement of Work (SOW). Key requirements include:
- Obtaining necessary OEM documentation.
- Retaining USCG modifications and adhering to coating requirements.
- Providing a Teardown and Inspection Report (TIR) for all repairs.
- Ensuring components are airworthy and cleaned of hazardous dust.
- Delivery within ninety (90) days after receipt of material (ARM).
- Packaging must comply with CMM, ANSI/ESD S541 or MIL-STD-2073, and ATA specification 300.
Contract Details
- Type: Firm-Fixed Price Purchase Order (anticipated).
- NAICS: 488190 (Other Support Activities for Air Transportation), with a small business size standard of $40 million.
- Place of Performance: Elizabeth City, NC.
- Set-Aside: Restricted solicitation, anticipated sole-source to Airbus DS Military Aircraft, Inc. (CAGE: 0DAF1). All responsible sources may submit a quotation.
Submission & Evaluation
- Response Due: March 2, 2026, at 4:00 p.m. Eastern Time.
- Submission: Email quotations are preferred and should be sent to Allison.T.Meads@uscg.mil. The subject line must include the solicitation number 70Z03826QL0000090.
- Requirements: Quotations must include the solicitation number, offeror information (name, address, UEI, EFT indicator), information for evaluation factors, completed representations and certifications, and a statement of agreement with terms.
- Evaluation: Quotations will be evaluated based on the lowest priced, technically acceptable offer representing the best value. Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval to provide the specified services. Offerors must agree to hold prices firm for 60 calendar days.
Additional Notes
No drawings, specifications, or schematics are available from the USCG. Shipping terms must be F.O.B. Destination or F.O.B Origin; Ex Works (EXW) or Incoterms 2020 (DAP, FCA) will not be accepted. The OEM owns the technical data, making it uneconomical for the USCG to purchase these rights.