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 (P/N: 458SUE2-1) for the HC-130J aircraft. This is a combined synopsis/solicitation (RFQ) for commercial items. While the agency anticipates a sole-source award to GE Aviation due to proprietary technical data, all responsible sources with the required expertise are invited to submit quotations. Quotations are due by February 18, 2026, at 5:00 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 the USCG to increase the quantity by two (2) for a total of eight (8) units. Repairs must adhere to applicable technical directives, supply all necessary parts, labor, and materials, and ensure components are returned in an airworthy state. Standard repairs will be firm fixed-price, while Service Bulletins or repairs for unusual damage will be priced separately. Corrosion is expected and must be addressed.
Contract Details
- Contract Type: Firm Fixed-Price Purchase Order
- NAICS: 488190 (Aircraft Components and Accessories Maintenance, Repair, and Rebuilding)
- Small Business Size Standard: $40,000,000.00
- Set-Aside: Unrestricted
- Anticipated Award: On or about March 4, 2026
- Place of Performance: Contractor's facilities
- Key Requirements: Contractors must be an OEM Certified Repair Facility with a Quality Assurance System, access to the latest technical directives, and provide specific documentation including Certificates of Conformance and Component Repair Records.
Evaluation and Submission
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). Technical acceptability requires proof of access to applicable technical directives, ability to update technical data, and airworthiness certification (e.g., FAA 8130). Quotations, including pricing from Attachment 3 - Schedule, must be submitted via email to Shavon.m.smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000021) must be indicated in the subject line. Offers must remain firm for 120 days.
Important Notes
A Justification for Other Than Full and Open Competition (J&A) (Attachment 5) has been issued, citing GE Aviation as the sole OEM with exclusive technical data for these repairs. This supports the anticipated sole-source award. Bidders should review Attachment 2 - Terms and Conditions for all applicable clauses and instructions, and Attachment 4 - Wage Determination for labor cost considerations in Ohio.