Repair of Circuit Breaker Panel

SOL #: 70Z03826QH0000021Combined 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 26, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 4, 2026, 5:00 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 repair services for Circuit Breaker Panels (NSN: 5925-01-537-8655, Part Number: 458SUE2-1) for HC-130J aircraft. This is a combined synopsis/solicitation (RFQ) for commercial items, with an anticipated firm-fixed price purchase order. While the USCG intends a sole-source award to GE Aviation - Ohio, all responsible sources with the required capabilities are invited to submit quotations. Responses are due by March 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, including all necessary parts, labor, and materials. Repairs must adhere to applicable technical directives or USCG-approved alternate standards, ensuring airworthiness. An option exists for the USCG to increase the quantity by two (2) additional units, for a maximum of eight (8), at the same unit price within 365 days of the initial award. Corrosion is expected and must be addressed, but does not constitute "Unusual Damage" unless it leads to other specified conditions. The primary place of performance will be the Contractor's facilities.

Contract & Timeline

  • Contract Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price Purchase Order.
  • Set-Aside: Unrestricted.
  • NAICS Code: 488190 (Other Support Activities for Air Transportation) with a small business size standard of $40,000,000.
  • Response Due: March 4, 2026, at 12:00 PM EST.
  • Anticipated Award Date: On or about April 6, 2026.
  • Published Date: February 18, 2026.

Evaluation & Award

Award will be based on fair and reasonable pricing and an affirmative responsibility determination. If multiple responsible sources are identified, evaluation will follow a Lowest Priced, Technically Acceptable (LPTA) approach. Technical acceptability requires access to applicable technical directives, proof of ability to update technical data, and airworthiness certification (e.g., FAA 8130 or equivalent). The Justification for Other Than Full and Open Competition (J&A) indicates GE Aviation is the sole OEM with exclusive technical data for this repair.

Special Requirements

Contractors must be an OEM Certified Repair Facility for the components, and sub-contractors must also meet OEM certification. A Quality Assurance System is mandatory. Specific documentation, including Certificates of Conformance and Component Repair Records (CRR), is required for each repaired component. The Wage Determination (No. 2015-4731, Revision No. 28) for Ohio counties (Greene, Miami, Montgomery) applies, outlining minimum wage rates and fringe benefits.

Submission Instructions

Quotations, including pricing from Attachment 3 - SCHEDULE, must be emailed to Shavon.m.smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Indicate the RFQ number (70Z03826QH0000021) in the subject line.

Key Attachments

  • ATTACHMENT 1 - STATEMENT OF WORK: Details repair requirements and performance standards.
  • ATTACHMENT 2 - TERMS AND CONDITIONS: Outlines clauses, instructions, and evaluation criteria.
  • ATTACHMENT 3 - SCHEDULE: Pricing worksheet for the Circuit Breaker Panels.
  • ATTACHMENT 4 - WAGE DETERMINATION: Specifies labor rates for Ohio.
  • ATTACHMENT 5 - REDACTED J AND A: Justifies sole-source procurement to GE Aviation.

People

Points of Contact

Shavon M. SmithPRIMARY
D05-SMB-LRS-Procurement@uscg.milSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View
Repair of Circuit Breaker Panel | GovScope