SOLICITATION NOTICE
16 -- Various Spare Parts used on the MH-65E dauphin aircraft
- Notice Date
- 9/29/2025 10:37:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03825QB0000080
- Response Due
- 10/31/2025 9:00:00 AM
- Archive Date
- 11/15/2025
- Point of Contact
- GABRIELLE BERRY, Luis Mojica
- E-Mail Address
-
Gabrielle.M.Berry2@uscg.mil, luis.mojica@uscg.mil
(Gabrielle.M.Berry2@uscg.mil, luis.mojica@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***Amendment 0001- The solicitation closing date has been extended until 31 October 2025. The due time of 12:00 PM EST remains the same.*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03825QB0000080 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 Effective August 07, 2025. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a Total Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that one or more Indefinite Delivery - Requirements type contract(s) with firm fixed pricing will be awarded from the solicitation. The anticipated period of performance will be five (5) years total consisting of one (1) one-year base period, and if exercised, up to four (4) one-year option periods, this contract will not exceed five (5) years. See attached documents titled: �Attachment 1 � Requirements 70Z03825QB0000080� and �Attachment 2 � Terms and Conditions 70Z03825QB0000080�. 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. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government will ensure all procurements are awarded without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) certification[LM1] , or a Certificate of Conformance (COC) and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. All parts shall be NEW approved parts. There are multiple OEMs associated with the parts contained within this solicitation. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Traceability to the OEM must have only two exchanges prior to USCG delivery. Alternate parts will be authorized if they are an approved alternate under the North Atlantic Treaty Organization (NATO) catalog system, which improves interoperability between NATO and commercial cataloging systems. Alternate parts must satisfy all form, fit, and function requirements of the original parts and conform to the approved configuration of the United States Coast Guard MH-65 aircraft. Any alternate parts must be approved prior to contract award by SRR Engineering. NO SUBSTITUTE PARTS WILL BE CONSIDERED. ONLY NEW PARTS WILL BE ACCEPTED. The Government reserves the right to withhold any item or group of items contained in this solicitation upon award. The Government reserves the right to make a single award, to make multiple awards covering different subsets of CLINs, or to make no award. The Government would assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Individual awards will be for the items or combinations of items that result in the lowest cost to the Government including the assumed administrative costs. [LM2] NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Closing date and time for receipt of offers is 17 October 2025 at 12:00 pm EST. Quotes and questions shall be submitted by email to Gabrielle.M.Berry2@uscg.mil. Please indicate solicitation 70Z03825QB0000080 in the subject line. Phone call quotes WILL NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bee5a099d7884a5c85be88ec2b44adc2/view)
- Place of Performance
- Address: NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN07607447-F 20251001/250929230042 (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 |