Repair Motional Transducer
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 of Motional Transducers (NSN: 6695-01-279-8671, P/N: 542AY7) used on MH-60T aircraft. This is a combined synopsis/solicitation (RFQ) with an anticipated firm-fixed price purchase order award. Quotations are due January 29, 2026, at 2:00 PM EST.
Scope of Work
The contractor will perform teardown, test, and evaluation (T&E) of government-furnished Motional Transducers. Components found to be "No Fault Found" (NFF) will be returned as "Ready for Issue" (RFI). Components requiring repair must be restored to RFI condition in accordance with Original Equipment Manufacturer (OEM) specifications. "Beyond Economical Repair" (BER) units will be subject to a firm fixed BER/Scrap fee. All repairs must meet OEM functional performance specifications, ensure airworthiness, and include thorough cleaning. The work will be performed at the contractor's facility, with T&E completed within 15 calendar days and repairs within 90 days after induction.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (RFQ)
- Set-Aside: Unrestricted, but effectively sole-source to NAVSUP WSS approved sources.
- NAICS: 488190 ($40 million size standard)
- Response Due: January 29, 2026, 2:00 PM EST
- Anticipated Award: On or about February 6, 2026
- Published: January 22, 2026
Specific Requirements & Evaluation
This requirement is anticipated to be awarded on a sole-source basis to Rosemount Aerospace Inc. (Cage Code 59885), as justified by a Redacted Justification for Other Than Full and Open Competition (J&A). Rosemount Aerospace Inc. is identified as the only NAVSUP WSS approved source possessing the proprietary technical data and capabilities for this complex repair. Only NAVSUP WSS approved sources will be considered.
Offerors must provide pricing on Attachment 1 – Schedule, specifying unit prices for T&E/NFF, Repair, and BER/Scrap, along with lead times and F.O.B. terms. The solicitation includes an option for increased quantity. Contractors must maintain ISO 9001-2000 Quality Management Systems certification and NAVSUP WSS certification. A Certificate of Conformance (COC) is required, with traceability to the manufacturer. Wage determinations (Attachment 5) must be adhered to for labor costs. Evaluation will focus on fair and reasonable pricing from an approved source.
Submission Instructions
Quotations, indicating solicitation number 70Z03826QJ0000049 in the subject line, should be emailed to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil.