ContractCombined Synopsis/Solicitation

Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.

DEPARTMENT OF HOMELAND SECURITY 70Z03825RJ0000008
Response Deadline
Jul 15, 2026
105 days left
Days Remaining
105
Until deadline
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul and modification of critical components for the MH-60T aircraft, including spindles, bifilar assemblies, hubs, and retention plate assemblies. This procurement is essential for maintaining the airworthiness and safety of the aircraft, with the contract anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source capable of fulfilling these requirements. The contract will consist of a one-year base period and two one-year option periods, with a total duration not exceeding three years, and proposals must be submitted by July 15, 2026, at 2:00 PM EDT. Interested vendors can contact Trenton Twiford at trenton.c.twiford@uscg.mil for further details.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
1615
HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS

Solicitation Documents

4 Files
Attachment 1 - Schedule of Supplies - 70Z0382RJ0000008.xlsx
Excel45 KBFeb 26, 2026
AI Summary
This government file, Attachment 1 - Schedule of Supplies - 70Z03825RJ0000008, outlines a multi-period requirement for the overhaul, modification, and potential scrapping of various Spindle Assemblies, Hub Sub-assemblies, and other critical aircraft components. The document details estimated quantities for each item, categorized by National Stock Number (NSN) and Part Number (PN), across a Base Period, Option Period One, and Option Period Two. Key components include different Spindle ASSY. BL/MOD, RE/MOD, YE/MOD, and BK/MOD units, Bifilar Assemblies, various HUB SUB-ASSEMBLIES, Hydraulic Accumulators, Plate Assemblies, Swashplate Assemblies, Flange/Couplings, and Dampener Assemblies. The pricing for all items is currently listed as $0.00, with instructions for vendors to fill in "yellow boxes only" for pricing and to state any additional charges or prompt payment discounts in their quotation. The document explicitly states that the government's failure to furnish estimated or maximum quantities will not entitle the contractor to an equitable price adjustment.
Attachment 2 - Terms and Conditions -70Z03825RJ0000008.pdf
PDF902 KBFeb 26, 2026
AI Summary
This government file, "ATTACHMENT 2 - TERMS AND CONDITIONS 70Z03825RJ0000008," outlines the terms, conditions, clauses, and provisions applicable to orders resulting from a solicitation, effective October 1, 2025. It details Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Key areas include specific representations not considered for award, required completion of FAR provisions like 52.204-24 and 52.204-26, and a 120-day offer acceptance period. Large businesses must submit Small Business Subcontracting Plans. Proposals require submission on an Excel spreadsheet ("Attachment 1") and adherence to technical acceptability criteria, with award anticipated on a sole-source basis to Sikorsky Aircraft Corporation based on fair and reasonable pricing and responsibility. Evaluation focuses on Technical Acceptability (requiring OEM status and traceability), Past Performance (using USCG and Federal Government sources), and Price. The document also provides comprehensive definitions for various business classifications and detailed requirements for certifications, safeguarding contractor information systems, quality assurance, packaging, shipping, inspection, acceptance, invoicing, and contractor employee whistleblower rights. It highlights exclusions for certain representations in SAM and provides guidance on Buy American certificates and other compliance matters.
Attachment 3 - Statement of Work - 70Z03825RJ0000008.pdf
PDF528 KBFeb 26, 2026
AI Summary
The United States Coast Guard (USCG) Aviation Logistics Center (ALC) requires overhaul and modification services for various components of its MH-60T aircraft, including spindles, bifilar assemblies, hubs, and retention plate assemblies. The contractor must provide all necessary resources, perform test and evaluation, and overhaul components to a Ready for Issue (RFI) condition in accordance with Federal Aviation Regulations Parts 43 and 145, OEM manuals, and best commercial practices. Key requirements include life-limited component validation, detailed discrepancy reporting for beyond economical repair (BER) or unusual damage, and adherence to specific scrap procedures. The contractor must also maintain quality control, provide certifications, track serial numbers, and meet delivery schedules. All work is subject to USCG oversight, including quarterly audits and strict environmental, packaging, and marking standards. Final inspection and acceptance will be performed by DCMA or USCG personnel, requiring clear traceability and Certificates of Conformance.
Attachment 4 - Redacted J and A - 70Z03825RJ0000008.pdf
PDF1941 KBFeb 26, 2026
AI Summary
The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) Medium Range Recovery (MRR) Product Line Division intends to award a sole-source, firm-fixed-price, indefinite delivery requirements contract to Sikorsky Aircraft Corporation for the overhaul and modification of critical components for the MH-60T aircraft. This action is justified under 10 U.S.C. § 3204 (Only One Responsible Source), as Sikorsky is the Original Equipment Manufacturer (OEM) and possesses proprietary data, tooling, and test equipment essential for these Flight Critical Safety Item (CSI) parts. Market research confirmed Sikorsky as the only approved source capable of fulfilling the requirement, with no other vendors able to perform the necessary work. The contract will span a one-year base period and two one-year option periods, funded by Operations and Support (O&S) and Procurement Construction and Improvement (PC&I) funds from fiscal years 2026-2029. This procurement is vital for maintaining aircraft airworthiness, personnel safety, and the USCG's mission capabilities, with an estimated total value not provided in the summary text. Efforts to promote competition will continue through ongoing market research for future acquisitions.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 25, 2025
amendedLatest Amendment· Description UpdatedFeb 26, 2026
deadlineResponse DeadlineJul 15, 2026
expiryArchive DateJul 30, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)

Point of Contact

Name
Trenton Twiford

Official Sources