Repair of Motor-Pump, HYD
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) Aviation Logistics Center is soliciting quotations for the repair of Hydraulic Motor-Pumps (NSN 1650-01-224-6682; P/N 70550-02046-106) utilized on MH-60T aircraft. This is a Total Small Business Set-Aside conducted as a combined synopsis/solicitation under RFQ 70Z03826QJ0000094. Quotations are due by March 13, 2026.
Scope of Work
The contractor is responsible for the evaluation and repair of components to a Ready for Issue (RFI) condition, adhering to Original Equipment Manufacturer (OEM) functional performance specifications. Key tasks include:
- Teardown, Test, and Evaluation (TT&E): Determining component condition and identifying units that are Beyond Economical Repair (BER).
- Repair Services: Correcting deficiencies, replacing defective parts with new OEM-traceable components, and performing corrosion treatment.
- Documentation: Providing Certificates of Conformance (COC), DD Form 1574 Serviceable Condition Code Tags, and maintaining component history records (SCHR/CRR).
- Quality Standards: Contractors must maintain a quality system compliant with ISO 9001-2000 or equivalent and possess OEM certification for repairs.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order
- Quantity: Initial requirement of ten (10) repairs, with a unilateral option for eight (8) additional repairs (maximum of 18) within 365 days of award.
- Set-Aside: 100% Total Small Business
- Response Due: March 13, 2026, at 2:00 PM EDT
- Anticipated Award: On or about March 18, 2026
- Delivery: Evaluation within 15 days; repair within 60–90 days after induction.
Evaluation
Award will be made to the Lowest Priced, Technically Acceptable (LPTA) offeror. Technical acceptability is determined by the ability to meet SOW requirements, turnaround time, and possession of required FAA/EASA/OEM certifications.
Additional Notes
No drawings, specifications, or schematics are available from the agency. Bidders must utilize the provided pricing schedule (Attachment 1) and acknowledge applicable wage determinations for Florida or California depending on the performance location.