Repair and Modification of HC-130J Aircraft and HC-27J Aircraft Digital Crew Units (DCU) and Digital Switching Units (DSU)
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 US Coast Guard (USCG) Aviation Logistics Center (ALC) has issued a Combined Synopsis/Solicitation (RFQ) for the Repair and Modification of HC-130J Aircraft and HC-27J Aircraft Digital Crew Units (DCU) and Digital Switching Units (DSU). This unrestricted requirement seeks to maintain critical aircraft components to ensure mission readiness. While initially anticipated as a sole-source award to Palomar Products Inc., all responsible sources are invited to submit quotations for consideration.
Scope of Work
The contractor will provide repair and/or modification services for specific Legacy and DMS Comms Suite HC-130J DCU and DSU units, and C27J DCU and DSU units being modified to HC-130J configurations. Work includes addressing corrosion and returning components to a Ready For Issue (RFI) and airworthy condition, adhering to applicable technical directives. The contractor must supply all necessary parts, labor, and materials at a firm-fixed price. The Statement of Work (Attachment 3) details performance standards, including the requirement for Airworthiness Certification (e.g., FAA Form 8130) and a Quality Assurance System.
Contract & Timeline
- Type: Firm-Fixed Price, Indefinite-Delivery, Requirements Type Contract.
- Set-Aside: Unrestricted.
- NAICS: 335411 (Small Business Size Standard: 1,350 employees).
- Response Due: May 22, 2026, 12:00 PM Eastern Standard Time.
- Anticipated Award: On or about July 24, 2026.
- Published: April 24, 2026.
Evaluation & Requirements
Award will be based on the Lowest Priced, Technically Acceptable (LPTA) offer, focusing on price and technical acceptability (Attachment 2). Key technical requirements include demonstrating access to applicable technical directives, providing Airworthiness Certification (e.g., FAA 8130) for overhauled items, and maintaining a Quality Assurance System. Contractors must be an Original Equipment Manufacturer (OEM) Certified Repair Facility for the components, and subcontractors must also meet OEM certification requirements. The Justification for Other Than Full and Open Competition (Attachment 5) notes Palomar Products Inc. as the OEM and sole authorized repair facility with proprietary data, but the solicitation explicitly states that all responsible sources may submit a quotation. Wage determinations for Orange County, CA (Attachment 4), apply to services performed there.
Submission Details
Quotations must be submitted via email to James.R.Callison@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number, 70Z03826QH0000027, must be indicated in the subject line. Refer to Attachment 2 ("TERMS AND CONDITIONS") for applicable clauses, instructions, and evaluation criteria, and Attachment 3 ("STATEMENT OF WORK") for detailed requirements. No drawings, specifications, or schematics are available from the agency.