Repair of Interface Unit, Data
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), through its Aviation Logistics Center (ALC), is seeking repair services for Interface Unit, Data (P/N: 207475-201) components used on HC-130J aircraft. This is a combined synopsis/solicitation (RFQ 70Z03826QH0000059) for commercial items. While the USCG anticipates a sole source award to Kaman Aerospace Corporation, all responsible sources are invited to submit quotations. Quotations are due April 15, 2026, at 12:00 PM EDT.
Scope of Work
The contractor will provide repair services for the specified Interface Unit, Data, to maintain a "Ready for Issue" (RFI) inventory for depot-level maintenance and field units. All repairs must adhere to applicable technical directives or USCG-approved standards, ensuring components are returned in an airworthy condition suitable for HC-130J aircraft. The contractor is responsible for supplying all parts, labor, and materials at a firm fixed price. This includes procedures for "Beyond Economical Repair" (BER) and "No Fault Found" situations.
Contract Details
- Type: Firm Fixed-Price Purchase Order (anticipated).
- Set-Aside: Unrestricted.
- NAICS: 488190 (Aircraft Components and Accessories Maintenance, Repair, and Rebuilding), with a small business size standard of $40 million.
- Quantity: An initial quantity of five (5) units, with an option for the USCG to increase the quantity by five (5) additional units (totaling ten (10)) within 365 days of award, at the same unit price (per FAR 52.217-6).
- Place of Performance: Contractor's facilities.
- Wage Determination: Applicable for Orange, Osceola, and Seminole counties, Florida, outlining minimum wage rates and fringe benefits for various occupations.
Evaluation & Submission
- Evaluation Criteria: For responsible sources other than the anticipated sole source, evaluation will be based on a Lowest Priced, Technically Acceptable (LPTA) approach. Technical acceptability requires demonstration of access to applicable technical directives, availability of technical data, and proof of ability to update technical data.
- Key Requirements: Bidders must be an OEM Certified Repair Facility for the specified components and provide supporting documentation. A Quality Assurance System is mandatory, and Airworthiness Certification (e.g., FAA 8130) is required for all repaired items. No drawings, specifications, or schematics are available from the agency.
- Submission: Quotations must be emailed to Shavon.M.Smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000059) must be included in the subject line.
- Deadline: April 15, 2026, at 12:00 PM Eastern Daylight Time.
- Anticipated Award Date: On or about May 4, 2026.