Repair of the MH-65E Hover Landing Lights
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 has issued a Combined Synopsis/Solicitation (RFQ) for the repair of MH-65E Hover Landing Lights. This opportunity, identified as 70Z03826QB0000066, is anticipated to be awarded on a sole-source basis to Aviation Component Engineering LLC. However, all responsible sources capable of meeting the stringent technical requirements are invited to submit quotations. Responses are due by March 17, 2026, at 9:00 AM EDT.
Scope of Work
This requirement is for the repair of 17 units of "Light, Hover Landing" (NSN: 6210-01-HS3-0341, P/N: 113PE01BABY00) used on MH-65E aircraft. Key tasks include:
- Initial test and evaluation to determine component condition (Ready for Installation - RFI or Beyond Economical Repair - BER).
- Repair of non-RFI components to Original Equipment Manufacturer (OEM) minimum functional performance specifications.
- Providing all necessary parts, materials, labor, tooling, and test equipment.
- Adherence to OEM Component Maintenance Manuals (CMMs) or approved repair specifications.
- Corrosion removal and treatment per OEM specs or FAA Advisory Circular AC 43-4B.
- Delivery of repaired components within 60 calendar days and Test & Evaluation (T&E) within 15 calendar days after receipt.
Contract Details
- Type: Firm-Fixed Price Purchase Order.
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
- NAICS: 488190 ($40 million small business size standard).
- Set-Aside: None specified; anticipated sole-source award based on a "Brand Name" justification.
- Place of Performance: Contractor's facility or USCG-approved facility.
Eligibility & Requirements
Bidders must demonstrate:
- Ability to obtain required technical expertise, engineering data, and OEM parts.
- A quality system compliant with ISO 9001, AS9100, or equivalent.
- Certification as an FAA or EASA Part 145 Certified Repair Facility, OEM, and/or USCG SRR Engineering approved repair facility.
- Access to required CMMs, repair specifications, and test/acceptance criteria.
- Clear, documented traceability and a Certificate of Conformance (COC) for repaired components.
- Compliance with the Service Contract Act wage determination for Wisconsin counties (if applicable to their facility).
Submission & Evaluation
- Quotations Due: March 17, 2026, at 9:00 AM EDT.
- Submission Method: Email quotes and questions to Alex-Marie.B.Midgett@uscg.mil, referencing solicitation 70Z03826QB0000066 in the subject line. Phone call quotes will not be accepted.
- Pricing: Bidders must use the provided "Requirements" pricing sheet (CLIN 1 for repair, CLIN 2 for Test and Evaluation - BER Items).
- Evaluation: Award is anticipated to be sole-source to Aviation Component Engineering LLC based on a "Brand Name" justification. The contracting officer will determine fair and reasonable pricing.