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) is soliciting quotations for the repair of Blade Indicators (NSN: 6685-00-900-8060, Part Number: S6115-20520-003) for MH-60T aircraft. This is an unrestricted requirement, open to all responsible sources. The solicitation is issued as a Request for Quotation (RFQ) under a combined synopsis/solicitation. Quotations are due by April 6, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will perform teardown, test, and evaluation (TTE), and repair of Blade Indicators to an airworthy condition, meeting Original Equipment Manufacturer (OEM) functional performance specifications. This includes addressing corrosion and replacing missing or defective parts with new, OEM-traceable components. Work will be performed at the contractor's facility. The initial requirement is for ten (10) repairs, with an option for the USCG to order ten (10) additional repairs within 365 days of award, for a maximum of twenty (20) units.
Key Requirements
Offerors must demonstrate expertise and capabilities to repair the item, ensuring FAA/EASA approval for airworthiness. Required certifications include FAA Form 8130-3 (preferred) or equivalent EASA Certification, or a Certificate of Conformance (COC) with traceability to the OEM. Contractors must maintain a quality system compliant with ISO 9001-2000 and be MRR Engineering approved prior to award. Required documentation includes repair turnaround times, DMWR cover page, COC, and FAA Repair Station Certificate.
Contract Details
This will result in a firm-fixed price purchase order. The evaluation criteria prioritize the lowest priced, technically acceptable offer. Technical acceptability will be rated based on the offeror's ability to meet Statement of Work (SOW) requirements. The applicable NAICS code is 488190 (Other Support Activities for Air Transportation) with a small business size standard of $40 million.
Submission & Deadlines
Quotations, including pricing on Attachment 1 – Schedule, must be submitted via email to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include 70Z03826QJ0000100.
- Response Due: April 6, 2026, at 2:00 PM EDT
- Anticipated Award Date: On or about April 2, 2026
Important Attachments
- Attachment 1 – Schedule: Pricing sheet for TTE, repair, and BER/scrap, specifying quantities (10 for repair) and option for additional units.
- Attachment 2 – Statement of Work: Detailed requirements for repair, performance standards, and documentation.
- Attachment 3 – Terms and Conditions: Outlines provisions, clauses, evaluation criteria (LPTA), and required documentation.
- Attachments 4-7 – Wage Determinations (CT, NY, FL, AZ): Provide minimum wage rates and fringe benefits for various occupations under the Service Contract Act, crucial for labor cost estimation.