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 US Coast Guard (USCG) is seeking repair services for Interface Unit, Data (P/N: 207475-201), used on HC-130J aircraft. This is a Combined Synopsis/Solicitation (RFQ) for commercial items, with an anticipated Firm-Fixed Price purchase order. While the requirement is unrestricted, the USCG intends to award on a sole-source basis to the Original Equipment Manufacturer (OEM), KAMAN MEASURING AND MEMORY, LLC. However, other responsible sources may submit quotations, which will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis. Quotations are due by May 15, 2026, at 12:00 PM EDT.
Scope of Work
The contractor will perform repair services on five (5) Data Interface Units, with an option for the USCG to increase the quantity by an additional five (5) units (totaling ten) within 365 days of award. Repairs must adhere to applicable technical directives or approved alternate standards, ensuring components are returned in an airworthy, "Ready for Issue" (RFI) condition suitable for HC-130J aircraft. This includes supplying all parts, labor, and materials, with separate pricing for Service Bulletins or Unusual Damage. No drawings, specifications, or schematics are available from the agency.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted (intended sole-source to OEM, LPTA for others)
- NAICS: 488190 (Aircraft Components and Accessories Repair), Small Business Size Standard: $40,000,000
- Response Due: May 15, 2026, at 12:00 PM EDT
- Anticipated Award: On or about June 1, 2026
- Published: May 13, 2026
Evaluation & Award
Award is expected to be sole-source to Kaman Measuring and Memory, LLC, as they are the OEM and only authorized repair center with necessary technical data. If other responsible sources offer, evaluation will be LPTA, considering fair and reasonable pricing and technical acceptability. Technical acceptability requires demonstrating access to applicable technical data, proof of ability to update it (e.g., DD-2345), and Airworthiness Certification (FAA 8130 or equivalent) for overhauled items. Contractors must be OEM certified repair facilities and maintain a Quality Assurance System.
Key Requirements
- OEM Certification: Contractors must be OEM certified repair facilities for the components.
- Quality Assurance: A robust Quality Assurance System is required.
- Documentation: Airworthiness Certification (e.g., FAA 8130) is mandatory for repaired items.
- Wage Determination: The latest wage determination (Capitol CT) applies, outlining minimum wage rates and fringe benefits.
- Packing/Marking: Compliance with ASTM-D3951-15 is required.
Submission Instructions
E-mail quotations to Shavon.M.Smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000059) must be indicated in the subject line.