Repair EGI 764+429+JAIC
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), through its Aviation Logistics Center (ALC), is soliciting quotations for the repair of EGI 764+429+JAIC units (NSN: 1680-01-HS1-9691, P/N: HG9869K1-001) for its MH-60T aircraft. This is an unrestricted requirement, issued as a Request for Quotation (RFQ) 70Z03826QJ0000050, with an anticipated firm-fixed price purchase order award. While the acquisition is justified as a sole source to Honeywell International Inc. (the Original Equipment Manufacturer, OEM), all responsible sources that are OEM-authorized repair facilities are invited to submit offers. Quotations are due by May 5, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will perform teardown, test, evaluation (TTE), and repair of USCG-furnished EGI units. This includes correcting deficiencies, replacing parts, and removing corrosion to restore components to Ready for Issue (RFI) condition, meeting OEM functional performance specifications and FAA Advisory Circular AC 43-4B. The contractor must provide all necessary parts, materials, labor, tooling, test equipment, and facilities. Services include firm-fixed price fees for TTE/No Fault Found, Repair, and Beyond Economical Repair (BER)/Scrap. Work is to be performed at the contractor's facility, with TTE due within 15 days and repair within 90 days of induction.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (RFQ 70Z03826QJ0000050)
- NAICS: 488190 (Aircraft Components and Accessories Maintenance, Repair, and Rebuilding) with a $40 million small business size standard.
- Set-Aside: Unrestricted (anticipated sole source to Honeywell, but open to OEM-authorized facilities).
- Response Due: May 5, 2026, 2:00 PM EDT.
- Anticipated Award: On or about May 17, 2026.
- Place of Performance: Contractor's facility.
Evaluation & Award
Award is anticipated to be made on a sole source basis to Honeywell International Inc., as detailed in the Redacted Justification for Other Than Full and Open Competition (JOFOC), which cites Honeywell's proprietary technical data and unique capabilities as the OEM. However, the solicitation explicitly invites offers from other responsible sources that are OEM-authorized repair facilities. Award will be based on fair and reasonable pricing, as FAR 52.212-2 (evaluation criteria) is not applicable.
Submission Requirements
Quotations must be emailed to Julie.G.Lininger@uscg.mil with "70Z03826QJ0000095" in the subject line. Offerors must complete Attachment 1 (Schedule), providing unit prices, extended amounts, lead times, and F.O.B. information, and indicate acceptance of the option clause (FAR 52.217-6). A Certificate of Conformance (COC) and full traceability to the manufacturer are required. Contractors must maintain OEM certification for repairs, comply with ISO 9001-2000, and adhere to the wage determinations provided in Attachment 5. The USCG will not provide drawings, specifications, or schematics.