Test, Tear-Down, & Evaluation (TT&E) of Hobart Aircraft Electric Power Plants (MEPP)
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 soliciting quotations for Test, Tear-Down, & Evaluation (TT&E) services for seven (7) Hobart Mobile Aircraft Electric Power Plants (MEPPs), with an option for up to ten (10) additional units. This is a 100% Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under solicitation number 70Z03826QE0000038. Quotations are due by May 14, 2026, at 2:30 p.m. Eastern Time.
Scope of Work
The primary objective is to supplement the USCG's maintenance capabilities by returning MEPP Model 4400 carts to fully operational and serviceable condition. The contractor will perform:
- Troubleshooting and Evaluation (T&E) on seven MEPP-4400 carts using OEM checklists and manuals.
- Proposed Repair Actions: Identify and document necessary repairs, including estimated labor and parts costs, for Contracting Officer (KO) authorization.
- Authorized Repair Actions: Execute only KO-approved repairs via funded contract modification, using OEM or equivalent NEW parts.
- Operational and Functional Testing: Conduct post-repair testing to ensure compliance with OEM specifications.
- Reporting: Provide formal documentation of inspections, testing, and repair actions.
- Government Acceptance: Undergo ALC Quality Assurance (QA) inspection.
All work will be performed at the contractor's facilities, unless otherwise approved by the Government. No drawings, specifications, or schematics are available from the USCG.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336413 (Small Business Size Standard: 1,250 employees).
- Response Due: May 14, 2026, at 2:30 p.m. ET.
- Anticipated Award Date: On or about May 19, 2026.
- Published Date: May 6, 2026.
- Delivery: F.O.B. Destination, required within sixty (60) days after receipt of order (ARO); early deliveries are desired.
Evaluation & Submission Requirements
Award will be made to the lowest priced, technically acceptable offeror representing the best value to the Government. Only services requested in Attachment I – Schedule of Services will be considered, and all parts must be NEW approved items.
Offerors must:
- Complete Attachment I – Schedule of Services, specifying unit prices, lead/repair time, F.O.B. information, and indicating acceptance of FAR 52.217-6 for additional TT&E services.
- Submit quotations via email to Stacey.M.Riggs@uscg.mil.
- Include solicitation number 70Z03826QE0000038 in the email subject line.
- Have an active registration in SAM.gov.
- Agree to hold prices firm for 60 calendar days.
Key Attachments
- Attachment I - Schedule of Services: Must be completed and submitted with the proposal.
- Attachment II - Statement of Work: Details the technical requirements and scope.
- Attachment III - Terms and Conditions: Outlines submission requirements, evaluation criteria, and applicable FAR/HSAR clauses.
Contact Information
For questions, contact Stacey M. Riggs at stacey.m.riggs@uscg.mil.