Repair Indicator, Blade
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 (USCG) Aviation Logistics Center (ALC) is soliciting quotations for the repair of "Blade Indicator" components (NSN: 6685-00-900-8060, P/N: S6115-20520-003) used on MH-60T aircraft. This is an unrestricted Request for Quotation (RFQ) 70Z03826QJ0000100, seeking a firm-fixed price purchase order. Quotations are due by April 8, 2026, at 2:00 PM EDT.
Scope of Work
The requirement is for the teardown, test, evaluation, and repair of "Blade Indicator" components to an airworthy condition, meeting original equipment manufacturer (OEM) functional performance specifications. The scope includes addressing corrosion and replacing missing or defective parts with new, OEM-traceable components. Work is to be performed at the contractor's facility. The initial requirement is for ten (10) repairs, with the USCG retaining an option to order ten (10) additional repairs at the same price and turnaround time within 365 days of the initial award.
Contract Details & Requirements
This is a combined synopsis/solicitation for commercial items, issued as an RFQ. The applicable NAICS code is 488190 with a small business size standard of $40 million. This is an unrestricted requirement, open to all responsible sources. Offerors must demonstrate expertise and capabilities to repair the item in accordance with Federal Aviation Administration (FAA) guidelines. Required certifications include a Certificate of Airworthiness, FAA Form 8130-3 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, and a Certificate of Conformance (COC) with full traceability to the OEM. Contractors must also be MRR Engineering approved prior to award and maintain a quality system compliant with ISO 9001-2000. No drawings, specifications, or schematics are available from the agency.
Evaluation & Submission
Award will be made to the lowest priced, technically acceptable offer. Technical acceptability will be rated based on the offeror's ability to meet the Statement of Work (SOW) requirements. Required documentation for submission includes: repair turnaround times, a copy of the Depot Maintenance Work Request (DMWR) cover page, explanations for any unmet SOW requirements, COC, FAA Form 8130-3, FAA Repair Station Certificate/EASA, and NADCAP/USCG certifications. Pricing must be provided on Attachment 1 – Schedule. Quotations must be submitted via email to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil by April 8, 2026, at 2:00 PM EDT. The subject line must include "70Z03826QJ0000100". The anticipated award date is on or about April 10, 2026.
Key Attachments
- Attachment 1 – Schedule: Pricing sheet for "Teardown, Test and Evaluation/No Fault Found," "Repair," and "Beyond Economic Repair / Scrap."
- Attachment 2 – Statement of Work: Details the repair requirements and performance standards.
- Attachment 3 – Terms and Conditions: Outlines contract provisions, clauses, and evaluation criteria.
- Attachments 4-7 – Wage Determinations: Provide minimum wage rates and fringe benefits for Connecticut, New York, Florida, and Arizona, applicable to labor costs.