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), 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 their MH-60T aircraft. This is an unrestricted requirement, issued as a Request for Quotation (RFQ) 70Z03826QJ0000104, with an anticipated firm-fixed price purchase order award. Quotations are due by April 21, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will provide comprehensive repair services for six (6) "Module Assembly, Pilot" components. This includes teardown, testing, evaluation, repair, and handling of Beyond Economical Repair (BER) units. All repairs must adhere to Original Equipment Manufacturer (OEM) specifications, relevant technical manuals, and service bulletins, returning components to a "Ready For Issue" (RFI) condition. The work will be performed at the contractor's facility, with an evaluation period of 15 calendar days and a repair period of 90 days after receipt of components.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed Price Purchase Order
- Notice Identifier: 55beacacd5c0436cb8132c866ed49e84
- Product Service Code: J016 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories
- NAICS Code: 488190 (Small Business Size Standard: $40 million)
- Set-Aside: Unrestricted
- Quotation Due: April 21, 2026, 2:00 PM EDT
- Anticipated Award: On or about April 24, 2026
- Published Date: April 7, 2026
Key Requirements & Evaluation
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability requires meeting all Statement of Work (SOW) requirements, demonstrating understanding, and providing specific documentation. Offerors must:
- Provide repair turnaround times.
- Submit a copy of Technical Manual (TM A1-440QA-220-000 or DMWR 1-1560-293).
- Explain any unmet SOW requirements.
- Possess FAA/EASA/NADCAP/USCG certifications.
- Provide a Certificate of Conformance (COC) with traceability to the manufacturer.
- Be approved by USCG MRR Engineering to repair the units; a vendor survey and potential site visit may be required.
- Maintain a certified quality system compliant with ISO 9001-2000 or equivalent.
- Comply with Service Contract Act (SCA) wage determinations for Florida and Connecticut.
Note: No drawings, specifications, or schematics are available from the agency.
Submission Instructions
Quotations must be submitted via email to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include "70Z03826QJ0000104". Pricing should be provided on Attachment 1 – Schedule – 70Z03826QJ0000104. Review Attachments 2 (SOW) and 3 (Terms and Conditions) for detailed requirements and evaluation criteria.