Repair of Module Assembly, Pilot

SOL #: 70Z03826QJ0000104Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Mar 30, 2026, 6:00 PM

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's Aviation Logistics Center (ALC) is seeking quotations for the repair of Module Assembly, Pilot components for MH-60T aircraft. This is an unrestricted combined synopsis/solicitation (RFQ) anticipated to result in a Firm-Fixed Price Purchase Order. Quotations are due by March 30, 2026, at 2:00 PM EDT.

Scope of Work

This opportunity requires the repair of six (6) "Module Assembly, Pilot" components (NSN: 1560-01-106-1905, P/N: 70652-02620-046). The scope includes inspection, disassembly, repair, and the provision of all necessary parts, materials, labor, tooling, and test equipment. Components, which are subject to corrosion, must be returned to an airworthy, "Ready For Issue" (RFI) condition, meeting Original Equipment Manufacturer (OEM) functional performance specifications. Contractors must adhere to OEM specifications, technical manuals, and service bulletins. Procedures for handling Beyond Economical Repair (BER) components and failure data reporting are also required. Note: No drawings, specifications, or schematics are available from the agency.

Contract Details

  • Solicitation Number: 70Z03826QJ0000104
  • Type: Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed Price Purchase Order.
  • NAICS: 488190 (Small Business Size Standard: $40 million).
  • Set-Aside: Unrestricted.
  • Anticipated Award Date: On or about April 4, 2026.
  • Period of Performance: Evaluation within 15 calendar days, repair within 90 days of component receipt.
  • Place of Performance: Contractor's facility or a USCG-approved facility.

Evaluation & Requirements

Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability is determined by the ability to meet Statement of Work (SOW) requirements and demonstrate understanding; only the lowest priced offer will undergo technical evaluation. Offerors must be approved by USCG MRR Engineering to repair these units, potentially requiring a vendor survey or site visit, and must maintain OEM certification. Required documentation includes a Certificate of Conformance (COC) with full traceability, a Certificate of Airworthiness, DD Form 1574 or FAA Form 8130-3, a Component Repair Record (CRR), and a Significant Component History Record (SCHR). A quality system compliant with ISO 9001-2000 or equivalent is mandatory. Compliance with all applicable FAR/HSAR clauses, security prohibitions (FAR 52.240-90), and Occupational Safety and Health Standards is also required.

Submission Details

Quotations are due by March 30, 2026, at 2:00 PM EDT. Submissions must be emailed to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil, with "70Z03826QJ0000104" in the subject line. Key attachments to complete and submit include:

  • Attachment 1 - Schedule: For pricing (Unit Price, Lead Time, F.O.B. information, additional charges).
  • Attachment 2 - Statement of Work: Outlines repair scope and performance standards.
  • Attachment 3 - Terms and Conditions: Details contractual terms, evaluation criteria, and submission requirements.
  • Attachment 4 & 5 - Wage Determinations (Florida & Connecticut): Specifies minimum wage rates and fringe benefits under the Service Contract Act.

People

Points of Contact

Austin IvinsPRIMARY
MRR ProcurementSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Repair of Module Assembly, Pilot | GovScope