Repair Valve, Low Limit TEM for U.S. Coast Guard Aircraft HC-27J

SOL #: 70Z03826QW0000071Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Elizabeth City, NC

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
Apr 29, 2026
2
Submission Deadline
May 15, 2026, 8:30 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 soliciting proposals for the repair of two Valve, Low Limit TEM (Part Number 3291542-2, NSN 1660-01-522-6902) for their HC-27J aircraft. This is an unrestricted, firm-fixed-price Request for Quotation (RFQ) for commercial items. Quotations are due May 15, 2026, at 4:30 p.m. Eastern Time.

Scope of Work

This opportunity requires the inspection, repair, and/or overhaul of the specified aircraft components. Contractors must adhere strictly to Original Equipment Manufacturer (OEM) specifications, Component Maintenance Manuals (CMMs), drawings, and Service Bulletins. Key responsibilities include obtaining all necessary OEM technical expertise, engineering data, and parts from Honeywell International, Inc. (CAGE Code 70210). The USCG will not provide drawings, specifications, or schematics. A Teardown and Inspection Report (TIR) detailing parts, labor, and costs is required, along with an FAA airworthiness release (e.g., 8130-3 Certificate or EASA Form-1) or Certificate of Conformance.

Key Requirements for Offerors

  • FAA 145 Certification: Vendors must be currently FAA 145 certified and perform at least 50% of the repair work at their FAA-certified facility.
  • OEM Compliance: Repairs must be in accordance with the latest OEM CMM and Statement of Work.
  • Quality System: Contractors must be ISO 9000 compliant or possess a quality system acceptable to the USCG.
  • Packaging & Labeling: Components must be thoroughly cleaned and packaged according to specified standards (CMM, ANSI/ESD S541, MIL-STD-2073, ATA-300), with specific labeling requirements.
  • Shipping Terms: Only F.O.B. Destination or F.O.B Origin shipping terms will be accepted.

Contract & Timeline

  • Type: Firm-Fixed-Price Purchase Order (RFQ)
  • Set-Aside: Unrestricted (Full and Open Competition)
  • NAICS: 488190 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
  • Delivery: 90 days After Receipt of Order (ARO); early and partial deliveries are desired.
  • Response Due: May 15, 2026, at 4:30 p.m. Eastern Time.
  • Published: April 29, 2026.

Evaluation & Submission

Award will be made to the lowest priced, technically acceptable offeror, representing the best value, with the Government intending to award without discussions. Technical acceptability requires proof of current FAA certification, OEM, or Air Force approval for the services. Pricing must be fair and reasonable.

Quotations are preferred via email to Denise.D.Davis@uscg.mil. The subject line must include the solicitation number 70Z03826QW0000071. Offers must include the solicitation number, offeror's name, address, telephone number, Unique Entity Identifier (UEI), and EFT indicator, along with a statement of agreement with all terms and conditions.

People

Points of Contact

Denise DavisPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 29, 2026