Repair of Circuit Breaker Panel
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), under the Department of Homeland Security, is seeking repair services for Circuit Breaker Panels (NSN: 5925-01-537-8655, Part Number: 458SUE2-1) for the HC-130J aircraft. This is a Combined Synopsis/Solicitation (RFQ), initially anticipated as a sole-source award to GE Aviation due to proprietary technical data. However, all responsible sources with the required expertise and capabilities are invited to submit quotations. The solicitation has been extended, with quotations due by March 24, 2026, at 12:00 PM EDT.
Scope of Work
The requirement is for the repair of six (6) Circuit Breaker Panels to a "Ready for Issue" (RFI) condition, including all necessary parts, labor, and materials. Repairs must adhere to applicable technical directives and result in airworthy components. The USCG may exercise an option to increase the quantity by two (2) additional units, for a maximum of eight (8) units, at the same unit price within 365 days of award. The primary place of performance will be the Contractor's facilities.
Contract Details
- Type: Firm-Fixed Price Purchase Order (RFQ)
- NAICS Code: 488190 (Other Support Activities for Air Transportation) with a small business size standard of $40,000,000.00.
- Product Service Code (PSC): J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Set-Aside: Unrestricted. While a sole-source award to GE Aviation is justified due to OEM proprietary data, other responsible sources are encouraged to submit offers.
- Quantity: 6 each, with an option for an additional 2 each.
- OEM Certification: Contractors and sub-contractors must be OEM Certified Repair Facilities and maintain a Quality Assurance System.
- Wage Determination: Applicable Wage Determination (No. 2015-4731, Revision No. 28) for Ohio counties (Greene, Miami, Montgomery) is provided.
Evaluation & Submission
Award will be based on fair and reasonable pricing and an affirmative responsibility determination. If multiple responsible sources are identified, evaluation will be Lowest Priced, Technically Acceptable (LPTA). Technical acceptability requires access to applicable technical directives, proof of ability to update technical data, and airworthiness certification. Quotations must be emailed to Shavon.m.smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, with the RFQ number (70Z03826QH0000021) in the subject line.
Key Dates
- Quotation Due Date: March 24, 2026, at 12:00 PM EDT
- Anticipated Award Date: On or about April 6, 2026
- Published Date: March 19, 2026
Attachments
- Attachment 1 - Statement of Work: Details repair requirements, performance standards, and reporting.
- Attachment 2 - Terms and Conditions: Outlines instructions to offerors, evaluation criteria, and applicable FAR/HSAR clauses.
- Attachment 3 - Schedule: Pricing worksheet for the Circuit Breaker Panels.
- Attachment 4 - Wage Determination: U.S. Department of Labor Wage Determination for Ohio.
- Attachment 5 - Redacted J and A: Justification for Other Than Full and Open Competition, citing GE Aviation as the sole source due to proprietary data.