Repair of Voice Data Recorder
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 (ALC) has issued a Request for Quotation (RFQ), solicitation number 70Z03826QH0000026, for the Repair of Voice Data Recorders used on HC-130J aircraft. This is an unrestricted requirement seeking to establish a firm-fixed price purchase order to maintain a "Ready for Issue" (RFI) inventory of components. Quotations are due by February 12, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
The contractor will provide repair services for specified Voice Data Recorder components, returning them in an airworthy condition suitable for installation. Repairs must adhere to applicable technical directives or approved alternate standards. The scope includes firm-fixed pricing for all repair actions (parts, labor, materials) to restore components to RFI condition. Service Bulletins or repairs for Unusual Damage will be priced separately. Contractors must have access to the latest Original Equipment Manufacturer's (OEM) Commercial Maintenance Manuals (CMM) and relevant technical directives.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted
- NAICS Code: 488190 (Small Business Size Standard: $40,000,000.00)
- Product Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Quantity: Initial order for two (2) units, with an option to increase by two (2) additional units (maximum four) within 365 days of award.
- Place of Performance: Contractor's facilities or USCG-approved locations.
Evaluation Factors
Award will be made to the lowest-priced, technically acceptable offer representing the best value. Technical acceptability requires:
- Proof of access to applicable technical directives.
- Airworthiness Certification (FAA 8130 or equivalent) for repaired items.
- Contractor and sub-contractor facilities must be FAA Repair Facilities, OEM Certified Repair Facilities, or DoD/USCG Certified Facilities.
- A robust Quality Assurance System. Price will be evaluated for fairness and reasonableness.
Submission & Deadlines
- Quotations Due: February 12, 2026, by 12:00 PM EST.
- Anticipated Award Date: On or about February 19, 2026.
- Submission: Email quotations to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, indicating the RFQ number in the subject line.
- Offer Validity: Prices must be held firm for 120 days.
Important Notes
No drawings, specifications, or schematics are available from the agency. Wage Determinations for Michigan (Kent and Ottawa Counties) and Minnesota/Wisconsin (specific counties) are provided and are critical for understanding labor costs.