Repair GDL88D (LRU) for U.S. Coast Guard Aircraft HC-144
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), under the Department of Homeland Security, is soliciting unrestricted quotations for the repair of four GDL88D (LRU) units (P/N 010-00862-00 or 011-02372-00) for their HC-144 aircraft. This is a Firm-Fixed Price opportunity, with quotations due by February 4, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
The primary requirement is the inspection, repair, and/or overhaul of four GDL88D (LRU) units, National Stock Number (NSN) 6605-01-HS3-0624, manufactured by Garmin AT, Inc. (CAGE Code: 0XCJ6). Services must be performed by an Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or a Federal Aviation Administration (FAA) Certified 145 Repair Center. Repairs must adhere to the latest revision of the OEM Component Maintenance Manual (CMM) and the provided Statement of Work (SOW). The contractor is responsible for obtaining all required OEM documentation. Components must be airworthy and suitable for installation, accompanied by an FAA airworthiness release 8130-3 Certificate, EASA Form-1, or an authorized Certificate of Conformance. The required turn-around-time is ninety (90) days after receipt of material (ARM).
Contract & Timeline
- Solicitation Number: 70Z03826QL0000067
- Type: Request for Quotation (RFQ) for a Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted (All responsible sources may submit a quotation)
- NAICS Code: 488190 (Aircraft Maintenance and Repair Services), Small Business Size Standard: $40 million
- Response Due: February 4, 2026, 4:00 p.m. Eastern Time
- Published Date: January 29, 2026
- Delivery: 90 days after receipt of order (ARO)
Evaluation
Award will be made to the lowest priced, technically acceptable (LPTA) offeror. Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval to provide the specified services. If the lowest quote meets technical acceptability, no other quotes will be evaluated.
Additional Notes
Offerors must be FAA 145 certified and perform at least fifty percent (50%) of the work at their company's FAA certified facility. The USCG will not provide drawings, specifications, or schematics. A Certificate of Conformance (COC) is required. Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. A Wage Determination is included as an attachment for compliance. Email quotations are preferred and should be sent to Allison.T.Meads@uscg.mil, with the solicitation number in the subject line.