Repair of Module Assembly, Pilot
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), under the Department of Homeland Security, has issued a Combined Synopsis/Solicitation (RFQ 70Z03826QJ0000104) for the repair of Module Assembly, Pilot components for MH-60T aircraft. This is an unrestricted requirement, open to all responsible sources. A firm-fixed price purchase order is anticipated. Quotations are due May 5, 2026, at 2:00 PM EDT.
Scope of Work
The opportunity requires the repair of six (6) "Module Assembly, Pilot" components (NSN: 1560-01-106-1905, P/N: 70652-02620-046) for USCG MH-60T aircraft. Services include teardown, test, evaluation, repair, and handling of Beyond Economical Repair (BER) items. All work must adhere to Original Equipment Manufacturer (OEM) specifications, relevant technical manuals, and service bulletins, ensuring components are returned to an airworthy, "Ready For Issue" (RFI) condition. The contractor must maintain OEM certification for repairs and a quality system compliant with ISO 9001-2000 or equivalent. Performance includes a 15-day evaluation period and a 90-day repair period after component receipt.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QJ0000104
- Set-Aside: Unrestricted
- NAICS: 488190 (Aircraft Maintenance and Repair), Small Business Size Standard: $40 million
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Contract Type: Firm-Fixed Price Purchase Order
- Anticipated Award Date: On or about May 24, 2026
Submission & Evaluation
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability is determined by 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 a specific Technical Manual (TM A1-440QA-220-000 or DMWR 1-1560-293), and explanations for any unmet SOW requirements. USCG MRR Engineering approval is required for unit repair, potentially involving a vendor survey or site visit. Quotations must be submitted via email to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil, with "70Z03826QJ0000104" in the subject line.
Key Requirements & Attachments
- Certificate of Conformance (COC): Required for all repaired parts, with traceability to manufacturer.
- Pricing Schedule (Attachment 1): Bidders must complete unit prices, lead times, and F.O.B. information.
- Terms & Conditions (Attachment 3): Outlines FAR/HSAR clauses, security prohibitions, quality assurance, packaging, shipping, and invoicing instructions.
- Wage Determinations (Attachments 4 & 5): Service Contract Act wage rates for Florida and Connecticut apply, impacting labor costs.
- Note: No drawings, specifications, or schematics are available from the agency.