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 US Coast Guard (USCG) Aviation Logistics Center (ALC) is soliciting quotations for the repair of Module Assembly, Pilot components for MH-60T aircraft. This is a combined synopsis/solicitation (RFQ) for commercial items, with an anticipated firm-fixed price purchase order award. Quotations are due by March 16, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will provide repair services for six (6) Module Assembly, Pilot components (NSN: 1560-01-106-1905, P/N: 70652-02620-046). This includes:
- Teardown, test, and evaluation (TTE) for no fault found (NFF) units.
- Repair of components, adhering to Original Equipment Manufacturer (OEM) specifications and relevant technical manuals.
- Handling of Beyond Economical Repair (BER) components, including failure data reporting.
- Ensuring components are returned to "Ready For Issue" (RFI) condition, meeting OEM functional performance specifications.
- Providing a Certificate of Conformance (COC) and full traceability for all repaired items.
- Maintaining a quality system compliant with ISO 9001-2000 or equivalent.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: Unrestricted. All responsible sources may submit a quotation.
- NAICS: 488190 (Other Support Activities for Air Transportation), Small Business Size Standard: $40 million.
- Quotation Due: March 16, 2026, at 2:00 PM EDT.
- Anticipated Award: On or about March 18, 2026.
- Published: March 9, 2026.
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 be evaluated for technical acceptability. Offerors must be approved by USCG MRR Engineering to repair units, potentially requiring a vendor survey and site visit.
Submission Requirements & Notes
- Quotations must be submitted via email to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil, with "70Z03826QJ0000104" in the subject line.
- Pricing must be provided on Attachment 1 – Schedule.
- Offerors must provide repair turnaround times, a copy of specific Technical Manuals (TM A1-440QA-220-000 or DMWR 1-1560-293), and explanations for any unmet SOW requirements.
- Required certifications include traceability to the manufacturer, manufacturer's COC, and the offeror's own COC.
- No drawings, specifications, or schematics are available from the agency.
- Compliance with FAR clause 52.246-15 for COC and various FAR/HSAR clauses (e.g., security prohibitions, sustainable products) is mandatory.
- Wage Determinations for Florida and Connecticut are included as attachments, requiring compliance with SCA.