Repair Air Cycle Machine for U.S. Coast Guard Aircraft C-27J
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) has issued a Request for Quotation (RFQ), solicitation number 70Z03826QW0000043, for the repair of two Air Cycle Machines (P/N 203920-3, NSN 1660-15-202-7067) for C-27J aircraft. While the USCG anticipates a sole-source award to Honeywell International Inc. due to proprietary data, this is a restricted solicitation inviting all responsible sources with the required technical expertise and access to OEM parts/data to submit offers. Quotations are due by February 2, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
This opportunity requires inspection, repair, and/or overhaul services for the specified Air Cycle Machines. Contractors must adhere to Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, Service Bulletins, and Overhaul and Repair Instructions. Key requirements include:
- Providing a Teardown and Inspection Report (TIR).
- Ensuring components meet manufacturer's functional requirements and are airworthy.
- Achieving a 120-day turnaround time (ARM), with earlier delivery desired.
- Furnishing an FAA airworthiness release 8130-3 Certificate, EASA Form-1, or an authorized Certificate of Conformance.
- Strict adherence to cleaning, packaging, and preservation standards, including specific labeling and prohibition of certain internal packaging materials.
- Compliance with ISO 9000 or an equivalent quality system.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award Type: Firm-Fixed Price Purchase Order
- NAICS Code: 488190 (Other Support Activities for Air Transportation), Small Business Size Standard: $40 million
- Set-Aside: Restricted (anticipated sole-source to Honeywell International Inc. due to proprietary technical data, but open to other qualified sources).
- Place of Performance: Contractor's facility.
- Delivery: Ninety (90) days after receipt of order (ARO).
Eligibility & Evaluation
Offerors must be able to obtain the required technical expertise, engineering data, and OEM parts. Vendors must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility, unless they are the OEM or a Production Approval Holder (PAH). Technical acceptability requires proof of current FAA certification, OEM status, or Air Force approval. Award will be made to the lowest priced, technically acceptable offeror representing the best value to the Government. The Wage Determination for Los Angeles County, CA (WD 2015-5613) applies, outlining minimum wage rates and fringe benefits.
Submission Requirements & Deadline
Quotations, referencing solicitation number 70Z03826QW0000043, are preferred via email to Stephanie.O.Reams@uscg.mil. Closing Date: February 2, 2026, at 4:00 p.m. Eastern Time. Important Notes:
- No drawings, specifications, or schematics are available from the USCG.
- Shipping terms must be F.O.B. Destination or F.O.B Origin; EXW or Incoterms 2020 are not accepted.
- A Certificate of Conformance (COC) IAW FAR clause 52.246-15 is required.