Repair of Circuit Breaker Panel
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 Circuit Breaker Panels (NSN: 5925-01-537-8655, P/N: 458SUE2-1) for the HC-130J aircraft. This is a combined synopsis/solicitation (RFQ 70Z03826QH0000021) for commercial items. While open to all responsible sources, the agency anticipates a sole-source award to GE Aviation due to their exclusive possession of necessary technical data. Quotations are due by February 4, 2026, at 12:00 PM EST.
Scope of Work
The requirement is for the repair of six (6) Circuit Breaker Panels to a "Ready for Issue" (RFI) condition, with an option for two (2) additional units. Repairs must include all necessary parts, labor, and materials, adhering to applicable technical directives and ensuring airworthy components. The contractor must be an OEM Certified Repair Facility and maintain a Quality Assurance System. Corrosion is expected and must be addressed, but does not constitute "Unusual Damage" unless specified.
Contract Details & Requirements
- Contract Type: Firm-Fixed Price Purchase Order.
- NAICS: 488190 (Aircraft Manufacturing), Size Standard: $40,000,000.
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
- Set-Aside: Unrestricted, but a Justification for Other Than Full and Open Competition (J&A) supports a sole-source award to GE Aviation.
- Place of Performance: Contractor's facilities.
- Key Requirements: OEM certification, access to latest technical directives, provision of Certificates of Conformance and Component Repair Records. Compliance with U.S. Department of Labor Wage Determination for Ohio counties (Greene, Miami, Montgomery) is required.
Evaluation & Award
Award will be based on fair and reasonable pricing and an affirmative responsibility determination. If multiple responsible sources are identified, evaluation will be Lowest Priced, Technically Acceptable (LPTA), considering access to technical directives, ability to update technical data, and airworthiness certification. The anticipated award date is March 4, 2026.
Submission Details
Quotations must be submitted via email to Zachary.R.Harris2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil by February 4, 2026, at 12:00 PM EST. The RFQ number (70Z03826QH0000021) must be included in the subject line. Offers must remain firm for 120 days.