Repair of Fuel Cells
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 United States Coast Guard (USCG) is conducting a Sources Sought Notice for market research to identify qualified sources capable of performing overhaul services for fuel cell components and other aircraft airframe structural components (PSC J015). This is not a solicitation, but an information-gathering effort to determine potential vendors. Responses are due by May 27, 2026, at 12:00 PM EDT.
Scope of Work
The USCG seeks contractors to overhaul specific items detailed in "Attachment 1 – List of Items – 70Z03826IH0000030." This attachment provides crucial details including National Stock Numbers (NSN), Original Equipment Manufacturers (OEM), Part Numbers (PN), and descriptions for each required component. Contractors must be FAA Overhaul Facility, OEM Certified Overhaul Facility, or DoD Certified Overhaul Facility. Respondents must have access to the most current editions of all applicable technical documents and manuals, as the USCG does not maintain or release these.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: May 27, 2026, 12:00 PM EDT
- Published: May 13, 2026
- Anticipated Term: Potential for a base plus 4 option years (5 years) for overhaul services.
Response Requirements
Interested parties should provide company information (name, address, CAGE code, POC), verify certification status (FAA, OEM, DoD), indicate subcontracting possibilities, state ability to support a 5-year term, provide estimated lead times, acceptable payment terms, business size and type (small, disadvantaged, Hub Zone, Woman-Owned, Service-Disabled Veteran-Owned), NAICS code, GSA schedule status, and experience with other government agencies. General comments and recommended contract types are also requested.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or a commitment by the Government to award any contract. Responses will inform the USCG's acquisition strategy. A formal solicitation may be published on SAM.gov at a later date, which would require separate responses from all interested offerors.