Repair of Module Assembly, Pilot

SOL #: 70Z03826QJ0000104Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 23, 2026, 6:00 PM

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), under the Department of Homeland Security, is soliciting quotations for the repair of Module Assembly, Pilot components (NSN: 1560-01-106-1905, P/N: 70652-02620-046) for its MH-60T aircraft. This is an unrestricted requirement issued as a Request for Quotation (RFQ) under solicitation number 70Z03826QJ0000104. A firm-fixed price purchase order is anticipated. Quotations are due by March 23, 2026, at 2:00 PM EDT.

Scope of Work

The contractor will be responsible for the repair of six (6) "Module Assembly, Pilot" components, which are subject to corrosion from the operational environment. The work includes teardown, test, evaluation, and repair services, adhering strictly to Original Equipment Manufacturer (OEM) specifications and relevant technical manuals. Services must return components to an airworthy, "Ready For Issue" (RFI) condition. Beyond Economical Repair (BER) components will be handled according to specific procedures, including failure data reporting. The contractor must furnish all necessary parts, materials, labor, tooling, and test equipment.

Contract Details

  • Solicitation Type: Combined Synopsis/Solicitation, Request for Quotation (RFQ)
  • Solicitation Number: 70Z03826QJ0000104
  • NAICS Code: 488190 (Aircraft Maintenance and Repair, $40 million size standard)
  • Set-Aside: Unrestricted
  • Contract Type: Firm-Fixed Price Purchase Order
  • Period of Performance: Evaluation within 15 calendar days, repair within 90 days after receipt of components.
  • Place of Performance: Contractor's facility or USCG-approved facility.

Evaluation and Submission

Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be rated based on the offeror's ability to meet Statement of Work (SOW) requirements and demonstrate understanding. Only the lowest priced offer will undergo technical evaluation. Offerors must provide repair turnaround times, a copy of Technical Manual TM A1-440QA-220-000 or DMWR 1-1560-293, explanations for any unmet SOW requirements, and necessary certifications (FAA/EASA/NADCAP/USCG). USCG MRR Engineering Approval is required for repairing specified units, potentially involving a vendor survey or site visit. A Certificate of Conformance (COC) is mandatory for all repaired parts, with traceability to the manufacturer.

Quotations, including pricing on Attachment 1 – Schedule, must be emailed to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include 70Z03826QJ0000104.

Key Requirements & Attachments

  • Quality System: Must comply with ISO 9001-2000 or equivalent.
  • Documentation: DD Form 1574 or FAA Form 8130-3, Certificate of Airworthiness, Certificate of Conformance, Component Repair Record (CRR), and management of Significant Component History Record (SCHR).
  • Compliance: Adherence to Occupational Safety and Health Standards (lead, hexavalent chromium, cadmium) and various FAR/HSAR clauses, including those related to security prohibitions and telecommunications equipment.
  • Wage Determinations: Attachments 4 (Florida) and 5 (Connecticut) provide Service Contract Act wage rates and fringe benefits, which must be incorporated into cost proposals.
  • No Drawings/Specifications: The agency will not provide drawings, specifications, or schematics.

People

Points of Contact

Austin IvinsPRIMARY
MRR ProcurementSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Repair of Module Assembly, Pilot | GovScope