Repair Hatch Panel and Hinge 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) Aviation Logistics Center (ALC) is seeking quotations for the repair and/or overhaul of Hatch Panels and Hinges for HC-144 aircraft. This is an unrestricted Request for Quotation (RFQ) for commercial items, with an anticipated firm-fixed price purchase order award. Quotations are due by February 13, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
This solicitation (70Z03826QL0000066) requires the repair and/or overhaul of:
- Hatch Panel: NSN 1560-01-HS2-5099, P/N 35-81660-0001-51 (2 EA)
- Hinge: NSN 5340-01-HS2-3321, P/N 35-34048-0011M01 (2 EA)
Services must be performed by an Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or an FAA Certified 145 Repair Center acceptable to the USCG. Contractors must comply with OEM specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. The contractor is responsible for obtaining proprietary OEM data, as the USCG will not provide it. Repair levels include 'Inspect/Repair' and 'Overhaul', with strict adherence to coating requirements and corrosion repair protocols. A Turn-around-time (TAT) of ninety (90) days after receipt of material (ARM) is required, with earlier delivery desired. Components must be airworthy, thoroughly cleaned, and packaged according to CMMs and ATA specification 300.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted (All responsible sources may submit)
- NAICS Code: 488190 (Other Support Activities for Air Transportation) with a $40 million size standard.
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Quality System: Contractor must have an ISO 9000 compliant or acceptable quality system.
- Shipping: Only F.O.B. Destination or F.O.B Origin shipping terms will be accepted. Ex Works (EXW) or Incoterms 2020 are not accepted.
- Wage Determination: Wage Determination 2015-4787 for Indiana is included, which bidders should use for labor cost estimation.
Submission & Evaluation
- Submission Deadline: February 13, 2026, at 4:00 p.m. Eastern Time.
- Submission Method: Email quotations are preferred, sent to Stephanie.O.Reams@uscg.mil. The subject line must include "70Z03826QL0000066".
- Evaluation: Award will be made to the lowest priced, technically acceptable offeror representing the best value. Technical acceptability requires proof of current FAA certification, or OEM, or Air Force approval. If the lowest quote is technically acceptable, no other quotes will be evaluated.
- HUBZone Preference: A price evaluation preference of 10 percent may be applied to non-HUBZone offers.
- Required Documents: Quotations must include the solicitation number, offeror's information, necessary evaluation information, completed representations/certifications, and a statement of agreement with terms and conditions. A Certificate of Conformance (COC) IAW FAR clause 52.246-15 is required. A Teardown and Inspection Report (TIR) is also required within five calendar days of inspection.
Contact Information
- Primary Contact: Stephanie O Reams
- Email: Stephanie.o.reams@uscg.mil