Repair of MH-65 Fuel Tanks
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 soliciting quotations for the repair of MH-65 helicopter fuel tanks under Request for Quotation (RFQ) 70Z03826QB0000062. This is a Total Small Business Set-Aside requirement, seeking qualified contractors to perform testing, evaluation, and repair services. Quotes are due March 5, 2026, at 9:00 AM EST.
Scope of Work
This opportunity requires the repair of four specific MH-65 helicopter fuel tank components: Rear, Center R, Center L, and Front RH. The contractor will perform test and evaluation on received components to determine their condition, identify them as Ready for Installation (RFI) or Non-Ready For Installation (NRFI), and fix RFI components at a firm fixed price according to OEM specifications. Key performance standards include ensuring components are airworthy, suitable for USCG aircraft, and returned with specific tags (DD Form 1574 or FAA Form 8130-3), a Certificate of Airworthiness, and a Certificate of Conformance (COC). Contractors must have access to required CMMs and specifications, maintain a quality system (ISO 9001, AS9100, or equivalent), and be an FAA Part 145 Certified Repair Facility, OEM, or USCG SRR Engineering approved repair facility. Repairs must be completed within 30 calendar days, and T&E within 15 calendar days of component receipt.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation, Request for Quotation (RFQ) 70Z03826QB0000062.
- Award Type: Firm-Fixed Price Purchase Order.
- Set-Aside: Total Small Business.
- NAICS: 488190 (Aircraft Manufacturing), with a $40 million small business size standard.
- PSC: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
- Place of Performance: Contractor's facility or a USCG approved facility.
Evaluation Factors
Award will be made to a responsible small business offeror using a tradeoff process. Non-price factors, specifically Technical Acceptability and Delivery, are collectively more important than Price.
- Technical Acceptability: Evaluated on the offeror's ability to provide a sound, compliant approach, demonstrate understanding of the SOW, meet delivery requirements, and possess relevant certifications (e.g., FAA 145 Repair Station, OEM, USCG approval).
- Delivery: Assessed on the offeror's ability to meet the SOW's delivery requirements.
- Price: Evaluated for fairness and reasonableness, including consideration of quantity price discounts and prompt payment discounts.
Submission Requirements & Key Dates
Offerors must complete the "Requirements" document (pricing sheet) by providing firm fixed unit prices for repairs and Test and Evaluation fees for each CLIN, including any additional charges for Beyond Economical Repair (BER) items. Prices must be held firm for 60 calendar days. Service Contract Labor Standards apply, and offerors should request any necessary wage determinations for additional places of performance at least 2 days before the solicitation closes. Numerous FAR and HSAR clauses are incorporated by reference, covering areas such as responsibility matters, security prohibitions, and whistleblower rights.
- Quotes Due: March 5, 2026, at 9:00 AM EST.
- Submission: Via email to Raymond.V.Marler@uscg.mil. The subject line must include "Solicitation 70Z03826QB0000062". Phone call quotes will not be accepted.
- Primary Contact: Raymond V. Marler (raymond.v.marler@uscg.mil).