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) is soliciting quotations for the repair of Circuit Breaker Panels (P/N: 458SUE2-1) for its HC-130J aircraft. This is a combined synopsis/solicitation, with an anticipated sole-source award to GE Aviation due to their exclusive possession of necessary technical data. The requirement is for an initial quantity of six (6) panels, with an option for two (2) additional panels. Quotations are due by May 14, 2026, at 12:00 PM EDT.
Scope of Work
The contractor will provide repair services to restore Circuit Breaker Panels to a "Ready for Issue" (RFI) and airworthy condition. This includes supplying all necessary parts, labor, and materials, performing repairs according to applicable technical directives, and addressing expected corrosion. The contractor must be an OEM Certified Repair Facility with a Quality Assurance System and access to the latest technical documentation.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QH0000021
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted
- NAICS Code: 488190 (Small Business Size Standard: $40,000,000.00)
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Quantity: 6 each, with an option for 2 additional (total 8) at the same unit price for up to 365 days post-award.
- Place of Performance: Contractor's facilities or USCG-approved locations.
Evaluation and 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). Technical acceptability requires access to technical directives, ability to update data, and airworthiness certification. The USCG intends to award on a sole-source basis to GE Aviation, as justified by their exclusive technical data and OEM status.
Submission Requirements & Deadlines
- Quotations Due: May 14, 2026, at 12:00 PM EDT.
- Anticipated Award Date: On or about April 6, 2026.
- Submission Method: Email quotations to Shavon.m.smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Indicate the RFQ number in the subject line.
- Required Attachments: Bidders must complete "Attachment 3 - SCHEDULE" with pricing and lead times. Review "Attachment 2 - TERMS AND CONDITIONS" for detailed clauses, instructions, and evaluation criteria, and "Attachment 1 - STATEMENT OF WORK" for technical requirements. Wage Determinations (Attachment 4) are applicable for labor costs.
Key Requirements for Bidders
- Must be an OEM Certified Repair Facility for the components.
- Maintain a Quality Assurance System.
- Offers must remain firm for 120 days.
- Compliance with FAR and HSAR clauses as outlined in Attachment 2.