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 quotations for the repair of Circuit Breaker Panels (P/N: 458SUE2-1) for the HC-130J aircraft. This is a combined synopsis/solicitation (RFQ) with an anticipated sole-source award to GE Aviation, the Original Equipment Manufacturer (OEM). However, all responsible sources are invited to submit quotations. Responses are due by May 15, 2026, at 12:00 PM EDT.
Scope of Work
The requirement is for repair services to return Circuit Breaker Panels to a "Ready for Issue" (RFI) and airworthy condition. This includes supplying all necessary parts, labor, and materials, performed in accordance with applicable technical directives. Standard repairs are firm fixed-price, while Service Bulletins or repairs for Unusual Damage will be priced separately. The initial quantity is 6 panels, with an option to increase by 2, for a total of 8 panels.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm Fixed-Price Purchase Order.
- Set-Aside: Unrestricted.
- NAICS: 488190 (Other Support Activities for Air Transportation).
- Small Business Size Standard: $40,000,000.00.
- Anticipated Award: Sole-source to GE Aviation (CAGE: 07639) due to exclusive OEM technical data and specifications, as justified under FAR 12.102(a).
Key Requirements
Offerors must be an OEM Certified Repair Facility for the components and maintain a Quality Assurance System. Access to the latest technical directives and manuals is mandatory. Repaired components require certification of airworthiness and specific documentation (e.g., Certificate of Conformance, Component Repair Records).
Evaluation & 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 access to technical directives, ability to update data, and airworthiness certification. Quotations must remain firm for 120 days. Quotations are due by May 15, 2026, at 12:00 PM EDT. Email submissions to Shavon.m.smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, indicating the RFQ number in the subject line.
Attachments
Key attachments include the Statement of Work, Terms and Conditions (with evaluation criteria), Schedule (pricing worksheet), Wage Determinations, and a Redacted Justification for Other Than Full and Open Competition (J&A) explaining the sole-source rationale.