Repair of Rudder Trim Actuator

SOL #: 70Z03826QH0000019Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Feb 4, 2026, 5:00 PM

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 (ALC) is soliciting quotations for the repair of Rudder Trim Actuators for HC-130J aircraft. This is an unrestricted combined synopsis/solicitation (RFQ) for commercial items, aiming to maintain an inventory of Ready for Issue (RFI) components to support depot-level maintenance and field units, ensuring aircraft availability. Quotations are due by February 4, 2026, at 12:00 PM EST.

Scope of Work

The requirement is for the repair of Rudder Trim Actuators (NSN: 1680-01-483-3206, Part Number: 697195-3) to an airworthy, Ready for Issue (RFI) condition, compliant with applicable technical directives. This includes supplying all parts, labor, and materials at a firm-fixed price. Repairs must meet or exceed technical specifications, and components must be certified as airworthy (FAA 8130 or equivalent). The initial quantity is nine (9) units, with an option for the USCG to increase the quantity by five (5) additional units (maximum of fourteen) within 365 days of award, at the same unit price. No drawings, specifications, or schematics are available from the agency.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Solicitation Number: 70Z03826QH0000019
  • NAICS Code: 488190 (Other Support Activities for Air Transportation)
  • Small Business Size Standard: $40,000,000.00
  • Set-Aside: Unrestricted
  • Anticipated Award Type: Firm-Fixed Price Purchase Order
  • Period of Performance: To be provided in the order, with delivery dock-to-dock at the contractor's facility.
  • Department/Agency: Department of Homeland Security / US Coast Guard / Aviation Logistics Center (ALC)

Evaluation Criteria

Award will be made on a Lowest-Priced, Technically Acceptable (LPTA) basis. Evaluation will consider:

  • Price: Offerors must provide pricing as requested in Attachment 3 - Schedule, including any quantity price discounts or prompt payment discounts.
  • Technical Acceptability: Assesses the offeror's ability to provide the items, requiring:
    • Access to applicable technical directives cited in the SOW.
    • Airworthiness Certification (FAA 8130 or equivalent; Certificate of Conformance is not sufficient for airworthiness).
    • Contractor must be a FAA Repair Facility, OEM Certified Repair Facility, or DoD Certified Repair Facility. OEM certification requires documentation or a verifiable OEM point of contact.
    • Sub-contractors must meet similar certification requirements, and a list of all sub-contractors is required.
    • Maintenance of a Quality Assurance System.

Submission Requirements

Quotations must be submitted via email to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The RFQ number (70Z03826QH0000019) must be indicated in the subject line. Offers must be held firm for 120 calendar days. Bidders must accept FAR 52.217-6 (Option for Increased Quantity).

Key Attachments

  • Attachment 1 - Statement of Work: Details repair requirements, performance standards, and special conditions (e.g., OEM certification, Quality Assurance System, handling of BER).
  • Attachment 2 - Terms and Conditions: Outlines instructions to offerors, evaluation criteria, contract clauses, warranty, and required documentation.
  • Attachment 3 - Schedule: Pricing worksheet for the Rudder Trim Actuator repair, specifying quantities and pricing structure.
  • Attachment 4 - Wage Determination: Provides minimum wage rates and fringe benefits for specific Wisconsin counties, relevant for labor cost estimations.

People

Points of Contact

WATTS, ANGELAPRIMARY
D05-SMB-LRS-Procurement@uscg.milSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
View
Repair of Rudder Trim Actuator | GovScope