Loading...
70Z03826QE0000028
Response Deadline
Apr 21, 2026, 6:00 PM(EDT)5 days
Eligibility
Contract Type
Solicitation
This is a solicitation for commercial items prepared in accordance with (IAW) 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 70Z03826QE0000028 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).
This is a brand-name requirement using the authority in FAR 6.103-1(d). In compliance with FAR 5.101(c)(3), a redacted copy of the justification and approval for other than full and open competition is attached to this solicitation. As a result of this solicitation, it is anticipated that a firm-fixed price purchase order will be awarded on a brand name basis for the items listed below in the Schedule of Supplies. Only the brand-name items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Rolls-Royce Corporation (CAGE Code 63005). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts.
The contractor shall furnish a Certificate of Conformance (COC) IAW 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, manufacturer's COC and its own certificate of conformance. Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer prior to award. An example of acceptable traceability documentation would be a quote from the OEM with pricing information redacted.
The applicable North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.
SCHEDULE OF SUPPLIES
Nomenclature National Stock Number (NSN) Part Number (PN) Quantity (Qty)
Sling, Assy, ENG Lift 1730-01-513-9569 23055299 4 each
Adapter, Yoke FWD 1680-01-511-4026 23055704 4 each
Tool, Prop Brake Rel 2840-01-525-9132 23063558 2 each
Stand, Maint, Engine 4910-01-510-4726 23053577 2 each
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.
Please carefully review this solicitation’s attachments for additional information and requirements such as applicable clauses and instructions to offerors:
The closing date and time for receipt of offers is 21 April 2026 at 2:00 p.m. Eastern Time. Anticipated award date is on or about 22 April 2026. Email quotations are preferred and may be sent to Samuel.J.Ownley2@uscg.mil. Please indicate 70Z03826QE0000028 in the subject line.
Jordan Ownley
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
AVIATION LOGISTICS CENTER (ALC)(00038)
AVIATION LOGISTICS CENTER (ALC)(00038)
1664 Weeksville Road
Elizabeth City, NC, 27909
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC
MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
Set-Aside
No Set aside used