REPAIR FANS

SOL #: 70Z03826QW0000010Combined 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 10, 2026
2
Submission Deadline
Feb 16, 2026, 9:00 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) is soliciting quotations for repair services for four FANS (Part Number EVTA103AMDTA, NSN 4140-14-435-0145) used on HC-144 aircraft. This is a combined synopsis/solicitation (RFQ 70Z03826QW0000010). While a sole-source award to SAFRAN VENTILATION SYSTEMS is anticipated and justified due to proprietary data, all responsible sources with the required technical expertise and certifications are invited to submit quotations. Responses are due February 16, 2026, at 4:00 p.m. Eastern Time.

Scope of Work

The contractor will provide inspection, repair, and/or overhaul services for the specified FAN components. This includes:

  • Compliance with Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, Service Bulletins, and Overhaul and Repair Instructions (ORI).
  • Adherence to ISO 9000 compliance or an acceptable quality system.
  • Ensuring components are airworthy and suitable for USCG aircraft, providing an FAA airworthiness release 8130-3 Certificate, EASA Form-1, or a Certificate of Conformance (COC) IAW FAR clause 52.246-15.
  • A Turn-around-time (TAT) of ninety (90) days after receipt of material (ARM) to Elizabeth City, NC. Early and partial deliveries are desired.
  • Specific packaging, preservation, and labeling requirements, prohibiting materials like popcorn or Styrofoam.
  • Providing a Teardown and Inspection Report (TIR) and maintaining a legible component tracking form.
  • Contractors must obtain proprietary OEM drawings, Service Bulletins, and CMMs, as these are not available from the USCG.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ 70Z03826QW0000010)
  • Contract Type: Firm-Fixed Price Purchase Order
  • NAICS Code: 488190 (Aircraft Manufacturing), with a small business size standard of $40 million.
  • Set-Aside: Not set-aside; described as a "restricted solicitation" with an anticipated sole-source award. However, all responsible sources may submit.
  • Estimated Value: $25,048.00 (over micro-purchase threshold, up to the Simplified Acquisition Threshold).
  • Delivery Terms: F.O.B. Destination or F.O.B Origin only. Ex Works (EXW) or Incoterms 2020 are not accepted.
  • Response Due: February 16, 2026, at 4:00 p.m. Eastern Time.
  • Published Date: February 10, 2026.
  • Agency: Department of Homeland Security, US Coast Guard, AVIATION LOGISTICS CENTER (ALC).

Eligibility & Evaluation

  • Technical Acceptability: Offerors must demonstrate the capability to obtain required technical expertise, engineering data, and OEM parts. Non-OEM/PAH vendors repairing/overhauling/modifying USCG aircraft components must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility.
  • Evaluation Criteria: Quotations will be evaluated on a lowest-priced, technically acceptable basis, representing the best value to the Government.
  • Wage Determination: Bidders must comply with the Service Contract Act wage determination for King and Snohomish Counties, WA, ensuring proposed wages and fringe benefits meet or exceed specified minimums.

Submission Requirements

  • Offers must be signed and dated, include the solicitation number, offeror's details (name, address, UEI), information for evaluation factors, responses to provisions, and a statement of agreement with terms.
  • Offers must be held firm for 60 calendar days.
  • Email quotations are preferred and should be sent to Debra.W.Heath@uscg.mil. The subject line must include "70Z03826QL0000010".

People

Points of Contact

Debra HeathPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
REPAIR FANS | GovScope