Repair EGI 764+429+JAIC

SOL #: 70Z03826QJ0000095Combined Synopsis/SolicitationSole Source

Overview

Buyer

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

Place of Performance

Place of performance not available

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
Feb 27, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
Apr 10, 2026, 6:00 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 seeking 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, anticipated to be awarded as a firm-fixed price purchase order on a sole source basis to Honeywell International Inc., the Original Equipment Manufacturer (OEM). Quotations are due April 10, 2026.

Scope of Work

The contractor will perform teardown, test, and evaluation (TTE) of USCG-furnished EGI units. Components found to be Ready for Issue (RFI) will incur a TTE fee, while Beyond Economical Repair (BER) units will incur a BER/Scrap fee. Non-RFI components must be repaired to RFI condition in accordance with OEM functional performance specifications and repair manuals or best commercial practices. This includes inspection, correction of deficiencies, replacement of parts, and removal of corrosion. The contractor must provide all necessary parts, materials, labor, tooling, and facilities. Repairs must meet OEM specifications and FAA Advisory Circular AC 43-4B for corrosion control, ensuring airworthiness. A failure data report and Component Repair Record (CRR) are required for each repaired unit.

Contract Details

  • Solicitation Type: Request for Quotation (RFQ) - Combined Synopsis/Solicitation
  • Solicitation Number: 70Z03826QJ0000050
  • Contract Type: Firm-Fixed Price Purchase Order
  • Set-Aside: Unrestricted (anticipated sole source to Honeywell International Inc.)
  • NAICS Code: 488190 (Aircraft Manufacturing), Small Business Size Standard: $40 Million
  • Place of Performance: Contractor's facility
  • Period of Performance: TTE within 15 calendar days of receipt; Repair within 90 days of induction.

Key Requirements & Evaluation

The requirement specifies repair by the OEM or an OEM-authorized repair facility. A Certificate of Conformance (COC) and full traceability to the manufacturer are mandatory. The USCG does not possess the technical data, specifications, or drawings for this complex item, making Honeywell the only approved source. While the award is anticipated to be sole source, responsible sources capable of performing firm-fixed-price repair are invited to submit offers, which may lead to a solicitation amendment. Evaluation will be based on fair and reasonable pricing.

Submission & Deadlines

  • Quotations Due: April 10, 2026, at 2:00 PM EDT
  • Anticipated Award Date: On or about April 14, 2026
  • Submission Method: Email preferred to Julie.G.Lininger@uscg.mil. Subject line must include 70Z03826QJ0000095.
  • Attachments: Bidders must review Attachment 1 (Schedule), Attachment 2 (SOW), Attachment 3 (Terms and Conditions), Attachment 4 (Redacted JOFOC), and Attachment 5 (Wage Determinations Florida) for complete requirements.

People

Points of Contact

Julie LiningerPRIMARY
MRR Procurement MailboxSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View