Repair Indicator, Blade
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 United States Coast Guard (USCG) Aviation Logistics Center (ALC) is soliciting firm-fixed price repair services for Blade Indicator components (Nomenclature: 6685-00-900-8060, Part Number: S6115-20520-003) used on MH-60T aircraft. This is an unrestricted Request for Quotation (RFQ), with an initial requirement for ten (10) repairs and an option for ten (10) additional components within 365 days of award. Quotations are due March 31, 2026, at 2:00 PM Eastern Daylight Time.
Scope of Work
The contractor will perform teardown, test, evaluation (TTE), and repair of "Blade Indicator" components to an airworthy condition, meeting original equipment manufacturer (OEM) functional performance specifications. This includes addressing corrosion and replacing missing or defective parts with new OEM-traceable components. Work must be performed at the Contractor's facility or a USCG-approved facility. Key performance standards include returning components in Ready-For-Issue (RFI) condition, maintaining an ISO 9001-2000 compliant quality system, and providing a Certificate of Airworthiness and Certificate of Conformance (COC). Contractors must be MRR Engineering approved prior to award.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted
- NAICS Code: 488190 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Small Business Size Standard: $40 million
- Quantity: 10 initial repairs, with an option for 10 additional repairs (maximum 20) at the same price and turnaround time for up to 365 days after initial award.
- Required Certifications: Parts must be approved per FAA guidelines. Offerors must provide a Certificate of Airworthiness, FAA 8130 (preferred) or equivalent EASA Certification, or a COC with traceability to the OEM. A COC in accordance with FAR 52.246-15 is required.
- Note: No drawings, specifications, or schematics are available from the agency.
Key Requirements for Offerors
Bidders must submit pricing on Attachment 1 – Schedule. Required documentation includes repair turnaround times, a copy of the Depot Maintenance Work Request (DMWR) cover page, explanations for any unmet SOW requirements, COC, FAA Form 8130-3, FAA Repair Station Certificate/EASA, and NADCAP/USCG certifications. Offerors must comply with numerous incorporated FAR and HSAR clauses, including those related to security prohibitions, telecommunications equipment, foreign sanctions, and trade agreements. Wage determinations for Connecticut, New York, Florida, and Arizona are provided and must be adhered to for labor cost estimation.
Evaluation Criteria
Award will be based on the Lowest Priced, Technically Acceptable (LPTA) offer. Price will be evaluated using Attachment 1, and technical acceptability will be rated as "acceptable" or "unacceptable" based on the offeror's ability to meet Statement of Work requirements.
Timeline & Submission
- Quotations Due: March 31, 2026, 2:00 PM Eastern Daylight Time
- Anticipated Award Date: On or about April 2, 2026
- Published Date: March 17, 2026
- Submission: Email quotations to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. The solicitation number 70Z03826QJ0000100 must be indicated in the subject line.