Repair Motional Transducer

SOL #: 70Z03826QJ0000049Combined Synopsis/SolicitationSole Source

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 5, 2026, 7:00 PM

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 proposals 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) for a firm-fixed price purchase order. Quotations are due by February 5, 2026, at 2:00 PM EST.

Opportunity Details

This requirement is for the test, evaluation, and repair of four (4) Motional Transducers. The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) holds sole authority for approving sources for this item. Consequently, this is an unrestricted requirement but is anticipated to be awarded on a sole source basis to Rosemount Aerospace Inc., the Original Equipment Manufacturer (OEM), or other NAVSUP WSS/OEM authorized concerns. The justification for other than full and open competition cites Rosemount Aerospace Inc. as the only approved source possessing the necessary technical data and capabilities.

Scope of Work

The contractor will perform test and evaluation to determine component condition. Components found to be No Fault Found (NFF) will be returned as-is, while Beyond Economical Repair (BER) components will be subject to disposition. Non-RFI components must be repaired to OEM functional performance specifications, including inspection, deficiency correction, and corrosion removal, adhering to OEM specifications and FAA Advisory Circular AC 43-4B. The contractor is responsible for providing all necessary parts, materials, labor, tooling, test equipment, and facilities. Repairs must be completed within 90 days after induction, with test and evaluation within 15 days.

Key Requirements & Deliverables

Offerors must be NAVSUP WSS certified and maintain a quality system compliant with ISO 9001-2000. Compliance with specific Occupational Safety and Health Standards is also required. Repaired components must be airworthy, Ready For Issue (RFI), and include a Certificate of Airworthiness, Certificate of Conformance (COC), failure data report, serial number tracking, and a Component Repair Record (CRR). No drawings, specifications, or schematics are available from the agency.

Contract & Submission

  • Solicitation Number: 70Z03826QJ0000049
  • NAICS: 488190 (Small Business Size Standard: $40 million)
  • Contract Type: Firm-Fixed Price Purchase Order
  • Set-Aside: Unrestricted (Sole Source to NAVSUP WSS approved sources)
  • Response Due: February 5, 2026, 2:00 PM EST
  • Anticipated Award: On or about February 6, 2026
  • Submission: Email quotations to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include "70Z03826QJ0000049".
  • Pricing: Bidders must complete Attachment 1 – Schedule-70Z03826QJ0000049, specifying unit prices, lead time, and F.O.B. information. An option for increased quantity (repair of three additional items) is included.
  • Terms & Conditions: Attachment 3 outlines applicable FAR clauses, security prohibitions, and specific requirements for quality assurance, packaging, shipping, and invoicing. Attachment 5 provides wage determinations for Minnesota.

People

Points of Contact

Julie LiningerPRIMARY
MRR Procurement MailboxSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 15, 2026
View