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) is soliciting quotations for the repair of Module Assembly, Pilot components (NSN: 1560-01-106-1905, P/N: 70652-02620-046) 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 by March 9, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will provide repair services for "Module, Assembly, Pilot" components, which are subject to corrosion. Work must adhere to Original Equipment Manufacturer (OEM) specifications and relevant technical manuals. Services include inspection, disassembly, repair, and handling of Beyond Economical Repair (BER) components. All necessary parts, materials, labor, tooling, and test equipment are included. Repaired components must be returned to "Ready For Issue" (RFI) condition, meeting OEM functional performance specifications, and include a Certificate of Airworthiness and Certificate of Conformance (COC).
Contract & Timeline
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QJ0000104
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted
- NAICS Code: 488190 (Other Support Activities for Air Transportation)
- Small Business Size Standard: $40 million
- Response Due: March 9, 2026, 2:00 PM EDT
- Anticipated Award Date: On or about March 13, 2026
- Performance Period: 15 calendar days for evaluation, 90 days for repair after receipt of components.
Evaluation Criteria
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability requires meeting all Statement of Work (SOW) requirements, demonstrating understanding, and obtaining USCG Medium Range Recovery (MRR) Engineering approval to repair units. Only the lowest priced offer will undergo technical evaluation.
Key Requirements & Submissions
- Pricing: Must be provided on Attachment 1 – Schedule. Bidders must complete unit prices, lead times, and F.O.B. information.
- Certifications: Offerors must furnish a COC in accordance with FAR clause 52.246-15, including traceability to the manufacturer and the manufacturer's COC. Contractor must maintain OEM certification for repairs.
- Required Information: Submit repair turnaround times, a copy of a specific Technical Manual (TM) or Army Depot Maintenance Work Requirement (DMWR) manual, and a detailed explanation for any unaccomplishable requirements.
- Quality: A quality control manual addressing risk management, testing, and inspection is required. Quality system must comply with ISO 9001-2000 or equivalent.
- Wage Determinations: Attachments 4 (Florida) and 5 (Connecticut) provide minimum wage rates and fringe benefits under the Service Contract Act, which must be incorporated into pricing.
- Submission: E-mail quotations to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil. Indicate "70Z03826QJ0000104" in the subject line.
Contact Information
- Primary Contact: Austin Ivins (Austin.R.Ivins@uscg.mil)
- Secondary Contact: MRR Procurement (MRR-PROCUREMENT@uscg.mil)