Repair Adjuster Assy 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 and overhaul of Adjuster Assy components (NSN: 1680-14-440-7031, P/N: FE150-001) for its HC-144 aircraft. This is a Restricted solicitation, anticipated to be awarded on a sole-source basis to Airbus DS Military Aircraft, Inc., but all responsible sources are invited to submit quotations. Quotations are due by February 2, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
This requirement involves the inspection, repair, and overhaul of two Adjuster Assy units. The scope includes failure analysis, defective part replacement, testing, complete teardown, cleaning, and replacement of consumables. Contractors must also manage corrosion per OEM specifications. All work must comply with Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. The contractor is responsible for obtaining all necessary proprietary data, as the USCG will not provide drawings or specifications.
Contract Details
- Type: Request for Quotation (RFQ) / Combined Synopsis/Solicitation (70Z03826QL0000061)
- Award Type: Anticipated Firm-Fixed Price Purchase Order
- Set-Aside: Restricted (anticipated sole-source to Airbus DS Military Aircraft, Inc., CAGE Code: 0DAF1)
- NAICS Code: 488190 (Other Support Activities for Air Transportation) with a $40 million size standard.
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Place of Performance: Components are returned to the Aviation Logistics Center (ALC) in Elizabeth City, NC.
Key Requirements & Deliverables
- Contractor must be an OEM Authorized Repair Center, FAA Certified 145 Repair Center, or equivalent, and ISO 9000 compliant.
- Provide a Certificate of Conformance (COC) IAW FAR clause 52.246-15.
- Submit Teardown and Inspection Reports (TIRs) and an FAA airworthiness release 8130-3 Certificate or EASA Form-1.
- Required Turn-Around-Time (TAT) is 90 days after receipt of material (ARM).
- Packaging must adhere to standards such as MIL-STD-2073 and ATA-300.
- Shipping terms must be F.O.B. Destination or F.O.B Origin; EXW or Incoterms 2020 are not accepted.
Submission & Evaluation
- Quotations will be evaluated based on lowest priced, technically acceptable offer. Technical acceptability requires proof of current FAA certification, OEM, or Air Force approval.
- The Government intends to award without discussions but reserves the right to conduct them.
- Email quotations are preferred and should be sent to Denise.D.Davis@uscg.mil, with "70Z03826QL0000061" in the subject line.
Deadlines
- Quotations Due: February 2, 2026, at 4:00 p.m. Eastern Time.
- Price Firmness: Offers must hold prices firm for 60 calendar days.