Repair OVERSPEED VALVE, for U.S. Coast Guard Aircraft HC-144

SOL #: 70Z03826QL0000129Combined Synopsis/SolicitationSole Source

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
May 11, 2026
2
Submission Deadline
May 18, 2026, 8:00 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 Aviation Logistics Center (ALC) is seeking repair services for one OVERSPEED VALVE (NSN: 2915-01-HS3-4224, P/N: 6044T78G03) for its HC-144 aircraft. This is a restricted solicitation with an anticipated sole-source award to GENERAL ELECTRIC CO. due to proprietary data. Quotations are due by May 18, 2026, at 4:00 p.m. Eastern Time.

Scope of Work

The requirement is for inspection, repair, and/or overhaul services for the specified OVERSPEED VALVE. Contractors must comply with Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. ISO 9000 compliance or an equivalent quality system is mandatory. The contractor is responsible for obtaining all necessary OEM documentation, as the USCG will not provide drawings, specifications, or schematics. Repaired components must be airworthy and accompanied by an FAA airworthiness release 8130-3 Certificate or EASA Form-1. A 90-day Turn-around-time (TAT) after receipt of material is required, with earlier delivery desired.

Contract Details

  • Solicitation Type: Request for Quotation (RFQ) 70Z03826QL0000129
  • Contract Type: Anticipated Firm-Fixed Price Purchase Order.
  • Set-Aside: Restricted / Sole Source (anticipated award to General Electric Co. or an OEM-approved distributor).
  • NAICS: 488190 (Repair), with a small business size standard of $40 million.
  • Response Due: May 18, 2026, 4:00 p.m. Eastern Time.
  • Delivery: 45-90 days After Receipt of Order (ARO).
  • Shipping Terms: F.O.B. Destination or F.O.B Origin only.

Evaluation & Submission

Quotations will be evaluated based on Technical Acceptability (rated as "acceptable" or "unacceptable") and Price, with award going to the lowest priced, technically acceptable offeror. The Government intends to award without discussions, so offerors should submit their best terms initially. Submission Requirements:

  • Email quotations preferred to debra.w.heath@uscg.mil, with "70Z03826QL0000129" in the subject line.
  • Offerors must provide proof of current FAA certification, OEM, or Air Force approval.
  • Non-OEM or Production Approval Holder (PAH) vendors must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility.
  • Vendors must be deemed fully capable by USCG Engineers or Equipment Specialists.

Additional Information

A Justification for Other Than Full and Open Competition (JOFOC) confirms the sole-source nature of this procurement, citing that the required parts are peculiar to General Electric Co. and that the OEM holds proprietary rights to the technical data. A Wage Determination (2015-4041) for Essex County, Massachusetts, is included, outlining minimum wage rates and fringe benefits that bidders must consider for labor costs.

People

Points of Contact

Debra HeathPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026