Repair of Rudder Trim Actuator
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 seeking proposals for the repair of Rudder Trim Actuators (NSN: 1680-01-483-3206, Part Number: 697195-3) for HC-130J aircraft. This is an unrestricted requirement issued as a Combined Synopsis/Solicitation (RFQ), aiming to award a firm-fixed price purchase order. The USCG intends to order nine (9) units, with an option to increase the quantity by five (5) additional units. Quotations are due by January 28, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
The contractor will provide depot-level repair services to return components to a Ready for Issue (RFI), airworthy condition, suitable for installation, in accordance with applicable technical directives. This includes supplying all parts, labor, and materials at a firm-fixed price. Replacement parts must be new and traceable to the OEM, or serviceable/repaired if new parts are unavailable. Work involves visual and technical inspection, corrosion removal/treatment, and part replacement. Special requirements include being an OEM Certified Repair Facility or OEM Certified Distributor, maintaining a Quality Assurance System, and having access to the latest technical directives (not provided by USCG). Repairs must be certified with an FAA 8130 or equivalent Airworthiness Certificate.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (RFQ)
- Set-Aside: Unrestricted
- NAICS: 488190 (Small Business Size Standard: $40,000,000.00)
- Initial Quantity: 9 units
- Option Quantity: 5 additional units (exercisable within 365 days of award at same unit price)
- Quotation Due: January 28, 2026, 12:00 PM EST
- Anticipated Award: On or about February 2, 2026
- Published: January 20, 2026
Evaluation Criteria
Award will be made on a competitive basis to the lowest-priced, technically acceptable offeror. Evaluation will focus on:
- Price: As requested in Attachment 3 – Schedule, including quantity price discounts and prompt payment discounts.
- Technical Acceptability: Demonstrated ability to provide items, including proof of access to applicable technical directives, provision of FAA 8130 or equivalent Airworthiness Certification, status as an FAA, OEM, or DoD Certified Repair Facility, and a list of any sub-contractors meeting similar certification requirements. A Quality Assurance System must be maintained.
Submission Requirements
Quotations must be held firm for 120 calendar days. E-mail quotations to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, indicating the RFQ number in the subject line. Bidders must accept FAR 52.217-6 (Option for Increased Quantity). Attachment 4, a Wage Determination for specific Wisconsin counties, is included for compliance with federal labor laws if applicable to the contractor's place of performance.