Repair EGI 764+429+JAIC
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 US Coast Guard (USCG), under the Department of Homeland Security, is soliciting quotations for the repair of EGI 764+429+JAIC components (NSN 1680-01-HS1-9691, P/N HG9869K1-001) for MH-60T aircraft. This is an unrestricted requirement issued as a Request for Quotation (RFQ), but it is anticipated to be awarded on a sole source basis to Honeywell International Inc., the Original Equipment Manufacturer (OEM). Other OEM-authorized repair facilities are invited to submit offers. Quotations are due by April 7, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will perform teardown, test, evaluation, and repair of EGI units. Services include determining component condition, repairing non-Ready for Issue (RFI) components to OEM functional performance specifications, and handling Beyond Economical Repair (BER) items. Repairs must meet OEM specifications and FAA Advisory Circular AC 43-4B for corrosion control, ensuring airworthiness for USCG aircraft. The contractor must provide all necessary parts, materials, labor, tooling, and facilities, and maintain OEM certification.
Contract & Timeline
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: Unrestricted (anticipated sole source to Honeywell).
- NAICS: 488190 (Aircraft Components and Accessories Repair), Small Business Size Standard: $40 million.
- Response Due: April 7, 2026, 2:00 PM EDT.
- Published: March 31, 2026.
- Anticipated Award: On or about April 9, 2026.
Evaluation & Award
Award is anticipated to be sole source to Honeywell International, based on fair and reasonable pricing. However, offers from other responsible sources for firm-fixed-price repair may lead to a solicitation amendment. The Justification for Other Than Full and Open Competition (JOFOC) cites Honeywell as the only source due to proprietary technical data and unique repair capabilities. Bidders must complete a pricing schedule (Attachment 1) and specify lead times, shipping terms, and acceptance of an option clause for additional repairs.
Special Requirements
Offerors must be the OEM or an OEM-authorized repair facility, provide a Certificate of Conformance (COC) IAW FAR 52.246-15, and ensure full traceability to the manufacturer. Compliance with ISO 9001-2000 Quality Management Systems is required. Detailed packaging, shipping instructions, and invoicing procedures are outlined. Wage determinations for Florida are applicable, requiring adherence to specified minimum wage and fringe benefit rates.
Contact Information
Quotations are preferred via email to Julie.G.Lininger@uscg.mil. Indicate "70Z03826QJ0000095" in the subject line.