Opportunity

SAM #70Z03826QH0000063

Repair Services for Honeywell Cabin Air Controllers on C-130J/HC-130H Aircraft

Buyer

USCG Aviation Logistics Center

Posted

May 15, 2026

Respond By

May 21, 2026

Identifier

70Z03826QH0000063

NAICS

336412, 488190

The U.S. Coast Guard Aviation Logistics Center is seeking repair services for Cabin Air Controllers used on C-130J and HC-130H aircraft. - Government Buyer: - U.S. Coast Guard, Aviation Logistics Center (ALC), Elizabeth City, NC - OEMs and Vendors: - Honeywell International, Inc. is the Original Equipment Manufacturer (OEM) and sole authorized repair source for the Cabin Air Controller (P/N 2118932-5) - Products/Services Requested: - Repair of Cabin Air Controller, NSN 1660-01-527-5193, Part Number 2118932-5 - Initial quantity: 4 units - Option to increase up to 6 units total within 1 year of award - Services include: - Repair to Ready for Issue (RFI) condition per technical directives - Corrosion control, replacement of Beyond Economical Repair parts, and handling of Unusual Damage - Compliance with FAA and USCG standards - Documentation: Airworthiness Certificates and Component Repair Records - Unique/Notable Requirements: - Only Honeywell or its authorized repair centers possess the required technical data and manuals - Contractors must be OEM certified or equivalent - Firm fixed pricing includes all parts, labor, and materials - Delivery required within 90 days of receipt; dock-to-dock delivery - Option for increased quantity exercisable up to 365 days after award

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) part 12, 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 70Z03826QH0000063 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, in accordance with (IAW) the Revolutionary FAR Overhaul (RFO).

The applicable North American Industry Classification Standard Code is 488190.  The small business size standard is $40.0M. This is considered an unrestricted requirement.

It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis using tradeoff method as a result of this synopsis/solicitation. Contractors having the expertise and capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.

The following documents are attached:

Requirements – 70Z03826QH0000063 Statement of Work – 70Z03826QH0000063 Redacted Justification for Other Than Full and Open Competition – 70Z03826QH0000063 Terms and Conditions – 70Z03826QH0000063 Wage Determination (AZ) 2015-5473 Rev 28 Wage Determination (FL) 2015-4535 Rev 35 Wage Determination (FL) 2015-4543 Rev 34 Wage Determination (WI) 2015-4899 Rev 30

52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored as follows:

For Line Item 1, the Government may increase the quantity of services called for in the Repair Schedule by up to a quantity of Two (2), at the unit price specified, up to a maximum quantity of Six (6).  The Contracting Officer may exercise the option by written notice to the Contractor within one calendar year after Purchase Order award.  Delivery of the added items shall continue at the same rate as the like items call for under the Purchase Order, unless the parties otherwise agree.

***Please note that if the USCG chooses to exercise any optional quantity modification, such modifications will be issued unilaterally to the contractor.

(End of Clause)

Closing date and time for receipt of offers is 21 May 2026 at 12:00 pm EDT. Quotes and questions shall be submitted by email to jeremy.a.wood@uscg.mil.  Please indicate solicitation 70Z03826QH0000063 in the subject line.  Phone calls WILL NOT be accepted.

In accordance with agency procedures, interested parties may request an independent review of the Agency Protest at a level above the Contracting Officer.

View original listing