Repair Antenna-Pedestal for U.S. Coast Guard Aircraft HC-144

SOL #: 70Z03826QL0000131Combined Synopsis/SolicitationSole Source

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Elizabeth City, NC

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
May 14, 2026
2
Submission Deadline
May 20, 2026, 8:00 PM

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) is soliciting quotations for the repair and overhaul of Antenna-Pedestal units (NSN: 5985-01-HS1-9891, P/N: 737-5000-002) for HC-144 aircraft. This is a firm-fixed price Request for Quotation (RFQ), with an anticipated sole source award to Telephonics Corporation. However, other responsible sources with the required capabilities are invited to submit offers. Quotations are due by May 20, 2026, at 4:00 p.m. ET.

Scope of Work

The requirement is for inspection, repair, and/or overhaul services for the specified Antenna-Pedestal components. Services must strictly adhere to Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. Contractors are responsible for obtaining all necessary OEM documentation. The initial award will cover one repair, with an option for the USCG to require up to seven additional repairs (totaling eight) within 365 days of the initial award date, at the same unit price. A Certificate of Conformance (COC) is required upon completion. The USCG will not provide drawings, specifications, or schematics.

Contract Details

  • Contract Type: Firm-Fixed Price Purchase Order (RFQ 70Z03826QL0000131).
  • Anticipated Awardee: Telephonics Corporation (Cage Code: 64694), as the OEM holding proprietary technical data.
  • Set-Aside: Restricted/Sole Source, but other responsible sources are encouraged to submit.
  • Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
  • NAICS Code: 488190 ($40 million small business size standard).
  • Place of Performance: Elizabeth City, NC (USCG ALC).
  • Delivery: Ninety (90) days After Receipt of Order (ARO); early and partial deliveries are desired.
  • Shipping Terms: F.O.B. Destination or F.O.B Origin only.

Eligibility & Evaluation

Award will be made to the lowest priced, technically acceptable offeror representing the best value to the Government. Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval to provide the specified services. Non-OEM/Production Approval Holder vendors must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility. Offerors must demonstrate the ability to obtain the necessary technical expertise, engineering data, and OEM parts from Telephonics Corporation. The justification for sole source to Telephonics is based on their OEM status and exclusive rights to proprietary technical data.

Submission & Deadlines

  • Quotations Due: May 20, 2026, at 4:00 p.m. Eastern Time.
  • Submission Method: Email preferred to Allison.T.Meads@uscg.mil.
  • Subject Line: Must include "70Z03826QL0000131".
  • Offer Validity: Prices must be held firm for 60 calendar days.
  • Contact: Allison T Meads (allison.t.meads@uscg.mil).

Additional Requirements

Offerors must review the attached Terms and Conditions, Statement of Work (SOW), and Wage Determination. The Wage Determination for Nassau and Suffolk Counties, NY, specifies minimum wage rates and fringe benefits that must be adhered to. A Teardown and Inspection Report (TIR) is required, and contractors must have an ISO 9000 compliant quality system.

People

Points of Contact

Allison T MeadsPRIMARY
Allison T MeadsSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 14, 2026
Repair Antenna-Pedestal for U.S. Coast Guard Aircraft HC-144 | GovScope