Repair Copilot Seat and Pilot Seat 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 (Department of Homeland Security) is soliciting quotations (RFQ 70Z03826QW0000044) for the repair of one Copilot Seat and two Pilot Seats for C-27J aircraft. While the government anticipates a sole-source award to Ipeco, Inc. due to their OEM status and ownership of technical data, all responsible sources are invited to submit quotations. Quotations are due by February 4, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
This requirement involves the inspection, repair, and/or overhaul of specific aircraft components: one Copilot Seat (P/N 3A185-0016-02-1, NSN 1680-01-HS2-8520) and two Pilot Seats (P/N 3A185-0015-02-1, NSN 1680-99-407-4165). Services must strictly adhere to Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), and drawings. Contractors must be an OEM, an OEM Authorized Repair Center, or an FAA Certified 145 Repair Center acceptable to the Coast Guard, and capable of obtaining proprietary OEM documentation. No drawings or schematics are available from the USCG.
Contract Details
- Type: Firm-Fixed Price Purchase Order (anticipated).
- NAICS: 488190 (Repair), with a small business size standard of $40 million.
- Set-Aside: None (restricted solicitation with sole-source intent).
- Delivery: Required to Elizabeth City, NC, within ninety (90) days after receipt of order (ARO).
- Quality Standards: Contractor must be ISO 9000 compliant or possess an acceptable quality system. A Teardown and Inspection Report (TIR) is required for all parts needing repair/replacement.
- Labor Requirements: Wage Determination 2015-5613 for Los Angeles County, CA, applies, detailing minimum wage rates and fringe benefits.
Submission & Evaluation
- Quotations Due: February 4, 2026, at 4:00 p.m. Eastern Time.
- Submission Method: Email quotations are preferred and should be sent to Stephanie.O.Reams@uscg.mil. The subject line must include "70Z03826QW0000044".
- Evaluation Criteria: Award will be based on the Lowest Priced, Technically Acceptable offer. Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval to provide the specified services.
- Note: The government intends to award without discussions.
Additional Notes
A Justification for Other Than Full and Open Competition (JOFOC) supports the sole-source intent for Ipeco, Inc., as they are the OEM and hold all rights to necessary technical data. However, all responsible sources are encouraged to submit offers if they can meet the stringent requirements, including access to OEM technical data and parts.