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), through its Aviation Logistics Center (ALC), has issued a Request for Quotation (RFQ) (70Z03826QL0000117) for the repair and overhaul of two Accumulators (P/N CE100850-0001, NSN: 1650-01-HS1-9368) for the HC-144 aircraft. While an award is anticipated on a sole-source basis to Airbus DS Military Aircraft, Inc. due to proprietary data, all responsible sources with the required technical expertise and capabilities are invited to submit quotations. Offers are due by April 29, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
This solicitation covers inspection, repair, and overhaul services for the specified Accumulators. Contractors must comply with Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. Key requirements include:
- Repair of 2 Accumulators (P/N CE100850-0001, NSN: 1650-01-HS1-9368).
- Adherence to OEM specifications and authorized engineering authority.
- FAA 145 certification, with at least 50% of work performed at the certified facility.
- Provision of an FAA airworthiness release 8130-3 Certificate or EASA Form-1, or a Certificate of Conformance (COC).
- Turn-around-time of ninety (90) days after receipt of material (ARM), with earlier delivery desired.
- Proper packaging and preservation to prevent damage during shipment and storage.
Contract Details
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: None specified. This is a restricted solicitation with an anticipated sole-source award, but open to all responsible sources.
- NAICS: 488190 (Other Support Activities for Air Transportation) with a $40 million small business size standard.
- Place of Performance: Contractor's facility, with final inspection and acceptance by ALC Quality Assurance personnel in Elizabeth City, NC.
Submission & Evaluation
- Quotations must include the solicitation number, offeror's name/address/phone, UEI, EFT indicator, information for evaluation factors, completed representations/certifications, and a statement of agreement with terms.
- Evaluation will be on a lowest-priced, technically acceptable basis.
- Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval to provide the specified services. Vendors not meeting capability requirements will not be considered.
- Pricing will be evaluated for fairness and reasonableness.
- Email quotations are preferred and should be sent to Allison.T.Meads@uscg.mil, indicating 70Z03826QL0000117 in the subject line.
- Closing Date: April 29, 2026, at 4:00 p.m. Eastern Time.
Additional Notes
No drawings, specifications, or schematics are available from the USCG. Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. The solicitation incorporates numerous FAR and HSAR clauses by reference.