Repair Electric Drive Pump for HC-27J Aircraft.
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) Aviation Logistics Center (ALC) is seeking quotes for the repair of five Electric Drive Pumps (P/N 42165, NSN: 2930-01-527-9686) for HC-27J Aircraft. This is a Request for Quotation (RFQ) 70Z03826QW0000052, issued as an amendment to extend the due date. While all responsible sources are invited to submit, the agency anticipates a sole source award to Parker Hannifin GMBH due to OEM technical data requirements. Quotes are due by January 27, 2026, at 10:00 a.m. Eastern Time.
Scope of Work
The requirement is for the inspection, repair, and/or overhaul of five "Pump, Electric Drive" units. Services include failure analysis, defective part replacement, and testing to meet manufacturer functional requirements. Overhaul involves complete teardown, inspection, cleaning, and replacement of consumables and OEM-recommended components. Contractors must adhere to OEM specifications, Component Maintenance Manuals (CMMs), drawings, Service Bulletins, and Overhaul and Repair Instructions (ORI). The contractor is responsible for obtaining all necessary OEM documentation, as it will not be provided by the USCG. Components must be returned to a "Ready for Issue" (RFI) state, with a Teardown and Inspection Report (TIR) detailing work performed.
Contract Details
- Opportunity Type: Request for Quotation (RFQ)
- Anticipated Award: Firm-Fixed Price Purchase Order, anticipated sole source to Parker Hannifin GMBH (CAGE Code: D0079).
- NAICS: 488190 (Other Support Activities for Air Transportation), Small Business Size Standard: $40 million.
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
- Set-Aside: No specific set-aside designated; justified as sole source.
- Delivery: 45 days After Receipt of Order (ARO).
- Turn-around-time: 90 days After Receipt of Material (ARM) for repairs.
- Period for Acceptance of Offers: 60 calendar days from receipt of offers.
Eligibility & Submission Requirements
- Eligibility: Contractors must be an OEM Authorized Repair Center or an FAA Certified 145 Repair Center acceptable to the USCG, and perform at least 50% of the work in-house (unless OEM/PAH). Proof of current FAA certification, OEM, or Air Force approval is required. Contractors must also be ISO 9000 compliant or have an acceptable quality system.
- Required Documentation: A Certificate of Conformance (COC) or FAA Form 8130-3/8130-4 or EASA 1 Form is required for all items.
- Shipping: Only F.O.B. Destination or F.O.B Origin terms are accepted.
- Submission: Quotations must include the solicitation number, offeror information (name, address, UEI, EFT indicator), information for evaluation, responses to required provisions/certifications, and a statement of agreement with terms and conditions.
- Quote Due Date: January 27, 2026, at 10:00 a.m. Eastern Time.
- Submission Method: Email preferred, sent to Logan.J.Brown3@uscg.mil. Indicate 70Z03826QW0000052 in the subject line.
Evaluation
Offers will be evaluated based on the lowest priced, technically acceptable offer representing the best value to the Government. Technical acceptability requires proof of current FAA certification, OEM, or Air Force approval. The Government reserves the right to conduct discussions and reject offers.
Additional Notes
This solicitation is prepared in accordance with FAR subpart 12.201. The USCG will not provide drawings, specifications, or schematics. Vendors are advised to review all attachments, including Terms and Conditions, Statement of Work, and the Redacted Justification for Other Than Full and Open Competition.