Loading...
70Z03826QJ0000097
Response Deadline
Apr 14, 2026, 6:00 PM(EDT)4 days
Eligibility
Contract Type
Solicitation
A00001 - The response date for this Synopis/Solicitation has been amended to close on April 14, 2026 at 2:00 PM EDT.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 70Z03826QJ0000097 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).
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the following items:
Nomenclature: Rod End Assy. Damper
National Stock Number (NSN): 1615-01-089-0441
Part Number (P/N): 70106-08104-041
Quantity: Twelve (12) each
Requested Delivery Date: 17-APR-2026
All parts shall have clear traceability to the Original Equipment Manufacturer (OEM). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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.
The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. 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 to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.
All parts shall be NEW approved parts. “New Surplus” will be considered with approval from Medium Range Recovery (MRR) Engineering and traceability to the OEM. If quoting “New Surplus” items, photos of packaging and/or items MUST be included with the quotation.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000097” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
Closing date and time for receipt of offers is 4/14/2026 at 2:00 p.m. Eastern Daylight Time. Anticipated award date is on or about 4/16/2026. E-mail quotations may be sent to Cayce.A.Copley2@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000097 in the subject line.
Cayce Copley
MRR Procurement
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
HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS