Opportunity
SAM #70Z03826RJ0000001
USCG Solicitation: Overhaul of MH-60T Rotary Wing and Rudder Blades (Sikorsky Sole Source)
Buyer
USCG Aviation Logistics Center
Posted
April 13, 2026
Respond By
July 13, 2026
Identifier
70Z03826RJ0000001
NAICS
336413
This opportunity involves the U.S. Coast Guard Aviation Logistics Center (ALC) in Elizabeth City, NC, seeking overhaul services for MH-60T helicopter rotary wing and rotary rudder blades. - Government Buyer: - U.S. Coast Guard, Department of Homeland Security - Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Product Line Division - OEM and Vendor: - Sikorsky Aircraft Corporation (Cage Code 78286) is the sole OEM and only approved source - Products/Services Requested: - Overhaul of MH-60T Rotary Wing Blades (NSN 1615-01-158-9679, PN 70150-29100-041) - Minor Overhaul (CAT I/II): up to 420 units - Major Overhaul (CAT III): up to 360 units - Strip and Rebuild (CAT IV): up to 120 units - Overhaul of MH-60T Rotary Rudder Blades (NSN 1615-01-158-9678, PN 70101-31000-046; Modified NSN 1615-01-708-2535, PN 70101-31000-054) - Minor Overhaul (CAT I/II): up to 360 units - Major Overhaul (CAT III): up to 270 units - Scrap/BER/TT&E Fees for blades beyond economical repair - Unique or Notable Requirements: - All parts and overhauls must be traceable to Sikorsky and comply with FAA or EASA airworthiness certification (FAA 8130 or EASA equivalent) - Overhauls must follow NAVAIR and OEM manuals, with Ready For Issue condition - Contractor must maintain NAVSUP WSS and OEM certifications - Strict quality, environmental, and documentation standards, including serial number tracking and failure reporting - No technical data or drawings provided by the government - Contract Structure: - Firm Fixed-Price Indefinite Delivery Requirements contract - One-year base period with two one-year option periods (up to three years total) - Place of Performance/Delivery: - USCG Aviation Logistics Center (ALC), 1664 Weeksville Road, Elizabeth City, NC 27909
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 70Z03826RJ0000001 is issued as a Request for Proposal (RFP) using the procedures of FAR part 12 in conjunction with FAR part 15. 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 336413. The small business size standard is 1,250 employees. This requirement will be issued on a sole source basis. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that one (1) Indefinite Delivery Requirements type contract with firm-fixed pricing (FFP), consisting of a one (1) year base period and, if exercised, two (2) one (1) year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed three (3) years. FFP Delivery Orders will be issued against the contract as items are required. The list of items and estimated quantities can be found on “Attachment 1 – Schedule – 70Z03826RJ0000001”.
Only the items requested in this solicitation will be considered for award. All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation, (Cage Code 78286). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from the OEM to its current location. Sikorsky Aircraft Corporation is the OEM and the only approved source of supply.
All overhauls must be approved in accordance with “Attachment 3, ‘Statement of Work – 70Z03826RJ0000001”. Components must be approved with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures.
The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, Certificate of Airworthiness, manufacturer's COC and its own COC to ensure parts are in airworthy condition and suitable for installation on United States Coast Guard (USCG) aircraft.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 – “SCHEDULE OF SUPPLIES – 70Z03826RJ0000001”
SEE ATTACHMENT 2 – “TERMS AND CONDITIONS – 70Z03826RJ0000001”
SEE ATTACHMENT 3 – “STATEMENT OF WORK – 70Z03826RJ0000001”
SEE ATTACHMENT 4 – “REDACTED J AND A – 70Z03826RJ0000001”
Closing date and time for receipt of offers is 7/13/2026 at 2:00 PM Eastern Time. Anticipated award date is on or about 10/19/2026. E-mail proposals may be sent to Trenton.C.Twiford@uscg.mil. Please indicate 70Z03826RJ0000001 in the subject line.