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 9, 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) Aviation Logistics Center (ALC) has issued a combined synopsis/solicitation for the repair of Module Assembly, Pilot components used on MH-60T aircraft. This is a competitive, unrestricted requirement intended to result in a firm-fixed-price purchase order. Quotations are due by March 9, 2026.

Scope of Work

The contractor is responsible for the inspection, teardown, test, evaluation, and repair of six (6) Module Assemblies (NSN: 1560-01-106-1905, P/N: 70652-02620-046). Key requirements include:

  • Airworthiness: Components must be returned in "Ready For Issue" (RFI) condition with FAA Form 8130-3 or DD Form 1574 tags.
  • Standards: Repairs must adhere to Original Equipment Manufacturer (OEM) specifications and relevant technical manuals.
  • Timeline: Evaluation must be completed within 15 calendar days of receipt, with repairs finalized within 90 days.
  • Quality: Contractors must maintain a quality system compliant with ISO 9001-2000 or equivalent and provide a Certificate of Conformance (COC).

Contract & Timeline

  • Type: Firm-Fixed-Price Purchase Order
  • Set-Aside: Unrestricted
  • Response Due: March 9, 2026, at 2:00 PM EDT
  • Anticipated Award: March 13, 2026
  • NAICS Code: 488190 ($40M size standard)

Evaluation

Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Technical acceptability is based on the ability to meet Statement of Work (SOW) requirements and demonstrate understanding. Offerors must be approved by USCG Medium Range Recovery (MRR) Engineering to perform these repairs; a vendor survey or site visit may be required for approval.

Additional Notes

No drawings, specifications, or schematics are available from the agency. Offerors must provide their own technical manuals (e.g., TM A1-440QA-220-000) and demonstrate traceability to the manufacturer.

People

Points of Contact

Austin IvinsPRIMARY
MRR ProcurementSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

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