SOURCES SOUGHT
28 -- Overhaul of T700 Engines, Modules and Components
- Notice Date
- 2/23/2026 11:56:02 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03826IJ0000013
- Response Due
- 3/13/2026 11:00:00 AM
- Archive Date
- 03/28/2026
- Point of Contact
- Trenton Twiford
- E-Mail Address
-
trenton.c.twiford@uscg.mil
(trenton.c.twiford@uscg.mil)
- Description
- This is a sources sought synopsis only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals and no contract will be awarded from this announcement. This sources sought notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. The United States Coast Guard (USCG) Aviation Logistics Center (ALC) is conducting market research seeking qualified sources capable of overhauling the General Electric Company (GE) T700-401C and T700-401D turboshaft engines their associated components listed in Attachment 1 � Schedule. This sources sought has been issued to survey the market to identify suitable candidates for possible future consideration. The T700-401C and T700-401D engines and their associated components are Flight Critical Safety Items (CSI) and are interchangeable throughout the USCG fleet. In order to successfully maintain airworthiness of the aircraft and aircraft systems, protect personnel safety, and perform the USCG�s mission, the acquisition of CSI is restricted to approved sources. The T700-401C and T700-401D engines are manufactured by GE. All specifications, manufacturing drawings, data, test equipment, and tooling required to perform the overhaul services are proprietary to GE. All replacement parts shall be new and Original Equipment Manufacturer (OEM) approved for their intended use unless a deviation is approved in writing by the Contracting Officer (KO). Responsible sources are those authorized by the OEM and have access to the proprietary technology required to perform the services. Responses Responses to this notice should include company name, address, telephone number, and point of contact (POC). Please provide the following information with your response: A synopsis of your company�s overhaul capabilities including required certifications. Does the company offer warranty on overhaul? If yes, what is the standard warranty? Is your company a GE authorized Maintenance, Repair, and Overhaul (MRO) facility? Does your company have the ability to obtain all specifications described in the OEM manuals? Does your company currently provide test and overhaul services of the T700-401C and T700-401D engines and their associated components listed in Attachment 1 � Schedule? Does your company send out work to subcontractors? If so, how much work and what type of work is subcontracted? Is your business a large or small business and how many employees? What North American Industry Classification System (NAICS) code does your company use for this type of service? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified Hub Zone firm? Is your firm a Woman-Owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Closing date and time for receipt of response is 03/13/2026 @ 2:00pm EDT. E-mail responses are preferred and may be sent to Trenton.C.Twiford@uscg.mil, attention Trenton Twiford. Please indicate 70Z03826IJ0000013 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/49bab845057843a29293ee10fd353eae/view)
- Record
- SN07724565-F 20260225/260223230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |