Repair Inertial EMB. GPS 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 repair services for five Inertial EMB. GPS units (P/N: 34209700-5N7A, NSN: 1680-01-HS1-9523) used on HC-144 aircraft. This is a Request for Quotation (RFQ) 70Z03826QL0000086, anticipated to be awarded on a sole-source basis to Honeywell International Inc. due to proprietary technical data. However, all responsible sources capable of meeting OEM repair requirements are invited to submit quotations. Quotations are due by February 18, 2026, at 4:00 p.m. ET.
Scope of Work
The requirement is for inspection, repair, and/or overhaul services for the specified Inertial EMB. GPS units. Contractors must adhere strictly to Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, Service Bulletins, and Overhaul and Repair Instructions (ORI). This includes obtaining proprietary OEM documentation. Services involve failure analysis, defective part replacement, testing, and complete overhaul procedures as necessary. USCG modifications to original configurations must be retained.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QL0000086
- NAICS: 488190 (Aircraft Components and Accessories Maintenance, Repair, and Rebuilding)
- Small Business Size Standard: $40 million
- Set-Aside: None specified; justified as "Only One Source Reasonably Available" (sole source to Honeywell International Inc.)
- Award Type: Firm-Fixed Price Purchase Order
- Delivery: Within 90 days After Receipt of Order (ARO) to Elizabeth City, NC. Early and partial deliveries are acceptable.
- Turn-Around-Time (TAT): 90 days after receipt of material (ARM).
- Place of Performance (Delivery): Elizabeth City, NC.
- Wage Determination: Applicable to Florida Counties of Hernando, Hillsborough, Pasco, Pinellas, outlining minimum wage rates and fringe benefits for contract work.
Eligibility & Evaluation
Quotations will be evaluated based on technical acceptability and lowest price. Technical acceptability requires proof of FAA certification, OEM, or Air Force approval for services, and repairs must follow OEM CMM and SOW. Vendors (excluding OEM/PAH) must be FAA 145 certified and perform at least 50% of the work at their certified facility. Contractors must possess a quality system acceptable to the USCG and be ISO 9000 compliant. An FAA airworthiness release (Form 8130-3) or EASA Form-1 is required for each component, or a Certificate of Conformance if authorized.
Submission Requirements & Deadline
Quotations must be signed, dated, and include the solicitation number, offeror details, information for evaluation, and responses to required provisions/certifications. Prices must be held firm for 60 calendar days. Email quotations are preferred and should be sent to Allison.T.Meads@uscg.mil with "70Z03826QL0000086" in the subject line. Closing Date: February 18, 2026, at 4:00 p.m. Eastern Time.