Repair/Overhaul Control-Propeller 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 Aviation Logistics Center (ALC) is seeking offers for the repair and overhaul of Control-Propeller components (P/N 782490-57, NSN 1610-01-530-8255) for HC-144 aircraft. This is a restricted solicitation, anticipated as a sole source award to Hamilton Sundstrand Maastricht due to proprietary data. However, all responsible sources with the required capabilities are invited to submit quotations. The deadline for submissions is March 10, 2026, at 4:00 p.m. ET.
Scope of Work
The requirement includes the repair of two (2) Control-Propeller units and the overhaul of three (3) Control-Propeller units. Services must adhere to the latest OEM Component Maintenance Manuals (CMMs), specifications, and the provided Statement of Work (SOW). Contractors must be FAA 145 certified, perform at least 50% of the work at their certified facility, and maintain an ISO 9000 compliant or equivalent quality system. Key deliverables include a Certificate of Conformance (COC), Teardown and Inspection Report (TIR), Component Repair Record (CRR), and Significant Component History Report (SCHR). The USCG will not provide drawings, specifications, or schematics; offerors must obtain proprietary OEM data.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order
- Solicitation Number: 70Z03826QL0000098 (RFQ)
- NAICS: 488190 (Aircraft Manufacturing, $40M size standard)
- Set-Aside: Restricted (Anticipated Sole Source, but open to all responsible sources)
- Place of Performance: Contractor's facility for work; final inspection/acceptance at Elizabeth City, NC.
- Delivery: Ninety (90) days After Receipt of Order (ARO) or After Receipt of Material (ARM).
- Shipping: F.O.B. Destination or F.O.B Origin only.
Submission & Evaluation
Quotations are due by March 10, 2026, at 4:00 p.m. Eastern Time. Email submissions are preferred to Allison.T.Meads@uscg.mil, with the solicitation number in the subject line. Evaluation will be based on Lowest Priced, Technically Acceptable (LPTA). Technical acceptability requires proof of current FAA 145 certification, OEM or Air Force approval for the specified services, and a capability assessment by USCG engineers. Offerors must hold prices firm for 60 calendar days.
Additional Notes
This solicitation is prepared in accordance with FAR subpart 12.201 for commercial items. The justification for other than full and open competition cites "ONLY ONE SOURCE REASONABLY AVAILABLE" and "BRAND NAME" due to the proprietary nature of the OEM data held by Hamilton Sundstrand.