HC-130J Avionics Repair Services

Project ID: 70Z03826QH0000011 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyAviation Logistics Center
Deadline05/11/26
Posted04/27/26
Estimated Value$1,500,000 - $5,000,000 (AI estimate)
Set AsideNone
NAICS488190 - Other Support Activities for Air Transportation
PSCJ016 - Maint/Repair/Rebuild Of Equipment- Aircraft Components And Accessories
LocationGA USA
Description
Primary Latest Change

Summary

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.201, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03826QH0000011 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO). The applicable North American Industry Classification Standard Code is 488190. The small business size standard is $40,000,000.00 This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price contract will be awarded on a sole source basis to the manufacturer, Northrop Grumman Systems Corporation (Cage Code 1LTU5), for the procurement of repair services on avionic components and accessories used on HC-130J aircraft. It is anticipated that one (1) Firm-Fixed Price (FFP), Indefinite-Delivery, Requirements Type contract, consisting of one (1) one-year base period and, if exercised, four (4) one-year option periods, will be awarded on a sole source basis as a result of this synopsis/solicitation for the items found in Attachment 1 -Schedule-70Z03826QH0000011. The total duration of this contract shall not exceed five (5) years. FFP Task Orders will be issued in accordance with the terms and conditions of the contract as spares are required and funds are available. Contractors who have the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

SEE ATTACHMENT 1 SCHEDULE 70Z03826QH0000011

SEE ATTACHMENT 2 - TERMS AND CONDITIONS 70Z03826QH0000011 FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. SEE ATTACHMENT 3 - STATEMENT OF WORK 70Z03826QH0000011 SEE ATTACHMENT 4 - REDACTED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 70Z03826QH0000011" SEE ATTACHMENT 5 - WAGE DETERMINATIONS HOUSTON COUNTY, GA Closing date and time for receipt of offers is 5/11/2026 at 12:00 PM Eastern Time. Anticipated award date is on or about 5/27/2026. E-mail quotations may be sent to Kiley.E.Brown2@uscg.mil or D05-SMB-LRS-Procurment@uscg.mil. Please indicate 70Z03826QH0000011 in subject line.

Summary (Newest Update)

Background The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking repair services for avionic components and accessories used on HC-130J aircraft. This contract aims to maintain an inventory of Ready for Issue (RFI) components to support depot level maintenance and field units, thereby enhancing the USCG's operational capabilities in missions such as search and rescue, law enforcement, and marine environmental protection. The contract will be awarded on a sole source basis to Northrop Grumman Systems Corporation. Work Details The contractor shall provide repair services for specified Part Numbers (P/N) and National Stock Numbers (NSN) as outlined in the Schedule of Supplies/Services. All repairs must return components to RFI condition, adhering to applicable technical directives. The contractor is responsible for supplying all necessary parts, labor, and materials at a fully burdened rate. Key tasks include: 1. Repair actions must comply with technical directives or approved standards; 2. Components must be returned airworthy and suitable for installation; 3. Certification and documentation requirements apply; 4. The contractor must have access to required technical data; 5. Visual inspections for corrosion must be conducted; 6. Replacement parts must be new or serviceable; 7. Unserviceable tags must accompany components received; 8. Reporting requirements include notifying the USCG within ten days of receipt of components; 9. Quality assurance systems must be maintained by the contractor and subcontractors. Period of Performance The contract will consist of one one-year base period with four optional one-year periods, totaling a maximum duration of five years. Place of Performance The primary place of performance will be the Contractor’s facilities or other USCG approved locations.

Contacts
Contact nameKiley Brown
Contact emailkiley.e.brown2@uscg.mil
Contact phoneNone
Secondary contact nameD05-SMB-LRS-Procurement@uscg.mil
Secondary contact emaild05-smb-lrs-procurement@uscg.mil
Secondary contact phoneNone
Same Region Opportunities