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 US Coast Guard (USCG), under the Department of Homeland Security, is soliciting quotations for the repair of EGI 764+429+JAIC units (NSN 1680-01-HS1-9691, P/N HG9869K1-001) for their MH-60T aircraft. This is an unrestricted requirement, however, it is anticipated to be awarded on a sole source basis to Honeywell International Inc., the Original Equipment Manufacturer (OEM), or an OEM-authorized repair facility, due to proprietary technical data. Quotations are due by April 23, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will perform teardown, test, evaluation, and repair of the specified EGI units. This includes determining component condition, repairing non-Ready For Issue (RFI) components to OEM functional performance specifications, and handling Beyond Economical Repair (BER) items. Repairs must meet OEM specifications, FAA Advisory Circular AC 43-4B for corrosion control, and require a Certificate of Conformance (COC) and full traceability to the manufacturer. The contractor must provide all necessary parts, materials, labor, tooling, test equipment, and facilities.
Contract Details
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price purchase order.
- NAICS: 488190 (Other Support Activities for Air Transportation), Small Business Size Standard: $40 million.
- PSC: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
- Set-Aside: Unrestricted, but anticipated sole source to Honeywell International Inc. or OEM-authorized facilities.
- Period of Performance: Teardown, Test, and Evaluation due 15 calendar days after receipt; Repair due 90 days after induction.
Key Requirements & Conditions
- Repairs must be performed by the OEM (Honeywell International) or an OEM-authorized repair facility.
- Offerors must provide a Certificate of Conformance (COC) and demonstrate full traceability to the manufacturer.
- No drawings, specifications, or schematics are available from the USCG.
- Contractor must maintain OEM certification and comply with ISO 9001-2000 Quality Management Systems.
- Specific packaging, shipping, and invoicing instructions are detailed in Attachment 3.
- Wage Determination for Florida (Attachment 5) applies, requiring compliance with minimum wage and fringe benefit rates.
Submission & Timeline
- Quotations Due: April 23, 2026, at 2:00 PM EDT.
- Anticipated Award Date: On or about April 27, 2026.
- Submission Method: Email quotations to Julie.G.Lininger@uscg.mil. Include solicitation number 70Z03826QJ0000095 in the subject line.
Evaluation
Award is expected to be sole source to Honeywell International, with award based on fair and reasonable pricing. Market research, comparison with previous purchases, and current price lists will be used for price determination. Concerns that are OEM authorized and have the required capabilities are invited to submit offers.