Repair of Panel Assy, L/G
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), under the Department of Homeland Security, has issued a combined synopsis/solicitation (RFQ 70Z03826QH0000037) for the repair of Panel Assy, L/G (Part Number: 713040-1, NSN: 1560-01-433-5000) for its HC-130J aircraft. This is an unrestricted requirement but is anticipated to be awarded on a sole-source basis to G.E. Aviation (CAGE: 19623), the original equipment manufacturer. However, all responsible sources are invited to submit quotations, which will be considered by the agency. Quotations are due by March 11, 2026, at 12:00 PM EST.
Scope of Work
The requirement is for repair services to restore components to a "Ready for Issue" (RFI) condition, including all necessary parts, labor, and materials. Repairs must adhere to applicable technical directives or USCG-approved alternate standards, ensuring components are airworthy and suitable for HC-130J installation. Firm fixed pricing applies, with separate pricing for Service Bulletins or Unusual Damage. The contractor must be an OEM Certified Repair Facility with access to all required technical data.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order, issued as a Request for Quotation (RFQ).
- Set-Aside: Unrestricted (anticipated sole source to G.E. Aviation).
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
- NAICS Code: 488190 (Other Support Activities for Air Transportation) with a $40,000,000 small business size standard.
- Quantity: Initial order for three (3) units, with an option to increase by three (3) additional units (maximum six) at the same unit price for up to 365 days post-award, per FAR 52.217-6.
- Response Due: March 11, 2026, 12:00 PM EST.
- Anticipated Award Date: On or about April 1, 2026.
- Published Date: February 26, 2026.
Evaluation
Award is anticipated to be sole source to G.E. Aviation due to their OEM status and exclusive access to necessary technical data. If other responsible sources submit offers, they will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis. Technical acceptability requires demonstration of access to applicable technical directives, ability to update technical data (e.g., DD-2345 or TODO account code), and airworthiness certification (FAA 8130 or equivalent) for overhauled items. A Justification for Other Than Full and Open Competition (J&A) has been redacted and provided, citing FAR 12.102(a).
Special Requirements
Contractors must maintain a Quality Assurance System, comply with environmental regulations, and provide specific reporting for component receipt, unusual damage, and Beyond Economical Repair (BER) situations. Airworthiness Certification (e.g., FAA 8130) and a Certificate of Conformance (COC) are mandatory. The Wage Determination (2015-4157, Rev. 30) for Nassau and Suffolk Counties, NY, applies, outlining minimum wage rates and fringe benefits.
Submission Instructions
Quotations must be emailed to Shavon.M.Smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000037) must be indicated in the subject line. No drawings, specifications, or schematics are available from the agency.