Loading...
70Z03826QJ0000193
Response Deadline
May 19, 2026, 2:00 PM(EDT)4 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/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 70Z03826QJ0000193 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 488190. The small business size standard is $40 million. 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 for the calibration of the ABE Model and Adapter Set on a sole source basis to the Original Equipment Manufacturer (OEM), Textron Systems Corporation (Cage Code 97384) as a result of this synopsis/solicitation. All services must be performed in accordance with “Attachment 1 – Statement of Work – 70Z03826QJ0000193” for the following items:
Item Name: CL of Adapt Set
Part Number: 78003-40000-10
Quantity: 1 EA
Manufacturer Cage Code: 97384
Item Name: ABE Model 310A (White)
Part Number: 40262-44000-40
Quantity: 1 EA
Manufacturer Cage Code: 97384
The OEM of these items is Textron Systems Corporation (Cage Code 97384). The calibration services shall be performed by the OEM or an OEM authorized facility. Concerns that are OEM authorized and have the expertise and required capabilities to calibrate 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) IAW 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.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
“ATTACHMENT 1 - STATEMENT OF WORK - 70Z03826QJ0000193”
“ATTACHMENT 2 - TERMS AND CONDITIONS – 70Z03826QJ0000193” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA
“ATTACHMENT 3 – “REDACTED J AND A – 70Z03826QJ0000193”
“ATTACHMENT 4 - WAGE DETERMINATION MARYLAND - 70Z03826QJ0000193”
Closing date and time for receipt of offers is 5/19/2026 at 10:00 AM Eastern Daylight Time. Anticipated award date is on or about 5/20/2026. E-mail quotations may be sent to Adam.A.Finnell2@uscg.mil. Please indicate 70Z03826QJ0000193 in subject line.
Adam Finnell
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 Support Activities for Air Transportation
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
Set-Aside
No Set aside used