Repair Water Collectors for U.S. Coast Guard Aircraft HC-144
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, under the Department of Homeland Security, is seeking quotations for the repair and overhaul of Water Collectors (P/N 776903-3, NSN 2915-01-308-6455) for its HC-144 aircraft. This is a Request for Quotation (RFQ) with an anticipated sole source award to Aerokool Aviation Corp., however, all responsible sources are invited to submit quotations. Quotations are due by March 20, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
The requirement is for the inspection, repair, and/or overhaul of three (3) Water Collectors. Services must be performed by an Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or a Federal Aviation Administration (FAA) Certified 145 Repair Center. Contractors must comply with OEM specifications, Component Maintenance Manuals (CMMs), drawings, Service Bulletins, and Overhaul and Repair Instructions (ORI). The contractor is responsible for obtaining all required OEM documentation. Components must be airworthy, cleaned to remove hazardous dust, and accompanied by an FAA airworthiness release 8130-3 Certificate or EASA Form-1 upon return. A Certificate of Conformance (COC) is also required.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QL0000102
- NAICS Code: 488190 (Other Support Activities for Air Transportation) with a $40 million size standard.
- Set-Aside: No set-aside specified; anticipated sole source to Aerokool Aviation Corp. based on a Justification for Other Than Full and Open Competition, but other responsible sources are invited to submit quotations.
- Contract Type: Firm-Fixed Price Purchase Order.
- Place of Performance: Elizabeth City, NC (for final inspection/acceptance).
- Required Turn-Around-Time (TAT): Ninety (90) days after receipt of material (ARM).
- Shipping Terms: F.O.B. Destination or F.O.B Origin only.
Submission & Evaluation
Quotations will be evaluated based on the lowest priced, technically acceptable offer representing the best value to the Government. Technical acceptability requires proof of current FAA 145 certification, or OEM, or Air Force approval to provide the specified services. Offerors must be able to obtain the required technical expertise, engineering data, and OEM parts. Email quotations are preferred and should be sent to Allison.T.Meads@uscg.mil, indicating the solicitation number in the subject line.
Key Requirements for Offerors
- Must be FAA 145 certified and perform at least 50% of the work at their FAA-certified facility.
- Must have an ISO 9000 compliant or acceptable quality system.
- Provide a Teardown and Inspection Report (TIR) for parts needing repair/replacement.
- Comply with the provided Wage Determination for labor costs.
- Maintain a legible component tracking form, Significant Component History Report (SCHR), and Component Repair Record (CRR).
Contact Information
Primary Point of Contact: Allison T Meads, allison.t.meads@uscg.mil