Repair of Inertial EMB, GPS
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 seeking quotations for the repair of Inertial EMB, GPS units (also referred to as Engine Guidance Indicators or EGIs) for its HC-130J aircraft. While advertised as an unrestricted requirement, the agency anticipates a sole-source award to Honeywell International or an approved repair facility due to proprietary data and unique capabilities, as detailed in the Justification for Other Than Full and Open Competition. The goal is to maintain an inventory of "Ready for Issue" (RFI) components. Quotations are due May 20, 2026, at 12:00 PM EST.
Scope of Work
This opportunity covers the repair of specific Inertial EMB, GPS units (NSN: 1680-01-HS3-0057, P/N: 34209700-WN7B-001) to an "airworthy" and "Ready for Issue" condition. The contractor will provide all parts, labor, and materials at a firm-fixed price, adhering to applicable technical directives and standards. The initial requirement is for four (4) units, with an option for the USCG to increase the quantity by an additional four (4) units (totaling eight) within 365 days of award, at the same unit price, per FAR 52.217-6. Services for Beyond Economical Repair (BER) or No Fault Found units are also included. No drawings, specifications, or schematics are available from the agency.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: Unrestricted (with anticipated sole-source award to Honeywell or approved facility).
- NAICS: 488190 (Other Support Activities for Air Transportation), Small Business Size Standard: $40,000,000.00.
- Place of Performance: Contractor's facilities or USCG-approved locations.
- Anticipated Award Date: On or about May 27, 2026.
Evaluation Criteria
Award will be based on a Lowest Priced, Technically Acceptable (LPTA) methodology. Key technical acceptability criteria include:
- Access to applicable technical directives and demonstrated ability to update technical data.
- Airworthiness Certification (FAA 8130 or equivalent).
- Documentation as an OEM Certified Repair Facility (for both prime and sub-contractors).
- Fair and reasonable pricing.
- Affirmative responsibility determination. Bidders must also comply with U.S. Department of Labor wage determinations (Service Contract Act) for labor costs.
Submission Requirements & Deadlines
- Quotations Due: May 20, 2026, at 12:00 PM Eastern Standard Time.
- Submission Method: Email quotations to Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Include the RFQ number (70Z03826QH0000079) in the subject line.
- Offer Validity: Offers must be firm for 120 calendar days.
- Required Documentation: Certificate of Airworthiness/Equivalent, Certificate of Conformance, and a list of all sub-contractors.