Repair of Pump, Submerged, APU
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 an unrestricted Request for Quotation (RFQ), solicitation number 70Z03826QW0000061, for the repair and overhaul of two Submerged APU Pumps (P/N SM2212B, NSN 2915-01-HS2-8535). This is a firm-fixed price purchase order. Quotations are due by March 16, 2026, at 4:00 p.m. Eastern Time.
Purpose & Scope of Work
The objective is to obtain inspection, repair, and/or overhaul services for two specific "Pump, Submerged, APU" units. Contractors must adhere to Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, Service Bulletins, and Overhaul and Repair Instructions (ORIs). Key requirements include:
- Possessing ISO 9000 compliance or an equivalent quality system.
- Responsibility for obtaining necessary OEM documentation (Secondo Mona Spa, Cage Code A0303).
- Performing repairs to ensure components are airworthy and meet manufacturer's functional requirements.
- Submitting a Teardown and Inspection Report (TIR) within five calendar days of inspection.
- Providing a Certificate of Conformance (COC) for all items.
- Cleaning components to be free of hazardous dust and adhering to specific packaging and labeling standards (CMMs, ANSI/ESD S541, MIL-STD-2073, or ATA Specification 300).
- Note: No drawings, specifications, or schematics are available from the USCG.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Purchase Order.
- Set-Aside: Unrestricted.
- NAICS Code: 488190 Repair (Small Business Size Standard: $40 million).
- Product Service Code: J016 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories.
- Delivery/Lead Time: 280 days after receipt of order (ARO). Early and partial deliveries are desired.
- Place of Performance: Contractor's facility, with shipping to the USCG Aviation Logistics Center in Elizabeth City, NC.
- Shipping Terms: F.O.B. Destination or F.O.B Origin only. Ex Works (EXW) or Incoterms 2020 are not accepted.
Eligibility & Evaluation
- Evaluation Basis: Lowest Priced, Technically Acceptable (LPTA).
- Technical Acceptability: Requires proof of current FAA certification, or OEM, or Air Force approval to provide services. Repairs must strictly follow OEM CMM and the Statement of Work (SOW).
- Vendor Requirements: Offerors must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility (unless they are the OEM or a Production Approval Holder). Vendors must be deemed fully capable by USCG Engineers or Equipment Specialists.
- Wage Determination: Wage Determination 2015-4899, Revision 29, for specific Wisconsin counties applies, outlining minimum wage rates and fringe benefits that must be adhered to.
Submission & Contact
- Quotations Due: March 16, 2026, at 4:00 p.m. Eastern Time.
- Submission Method: Email preferred to Stephanie.O.Reams@uscg.mil. The solicitation number 70Z03826QW0000061 must be included in the subject line.
- Contact: Stephanie O Reams (Stephanie.o.reams@uscg.mil).