USCG Aircraft Parts Solicitation for MH-65E Helicopter Maintenance
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 15, 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. Sol…
Source ID: ce2d80f7af874bab80ae256318d660d2
Scope overview
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 15, 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 70Z03826RB0000009 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through the Revolutionary FAR Overhaul (RFO) effective as of November 28, 2025. 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 more than one Indefinite Delivery Requirements Contract with firm-fixed pricing shall be awarded on a competitive basis as a result of this synopsis/solicitation.
The anticipated period of performance will be five (5) year’s total consisting of a one (1) year base period, and four (4) one-year option periods, this contract shall not exceed five (5) years.
See attached documents titled: “Attachment 1 - Schedule - 70Z03826RB0000009”, “Attachment 2 - Provisions, Clauses, and Terms and Conditions – 70Z03826RB0000009 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 shall 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.
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-65E 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 shall 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 shall be for the items or combinations of items that result in the lowest cost to the Government including the assumed administrative costs.
The government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Closing date and time for receipt of offers is 30 March 2026 at 3:15 pm EST. Quotes and questions shall be submitted by email to Livia.M.Pippen@uscg.mil. Please indicate solicitation 70Z03826RB0000009 in the subject line.
Buyer & contacts
Documents
Tags & Signals
Similar tenders
US Navy Procurement for Aircraft Parts Manufacturing Services
The US Navy is soliciting proposals for manufacturing services under NAICS code 336413, which covers aircraft parts and auxiliary equipment manufacturing. The procurement includes standard government contract clauses covering quality requirements, payment workflows, and compliance with trade agreements. The small business size standard for this acquisition is 1250 employees.
Navy Solicitation for FAA-Certified Aircraft Parts Repair Services
The Naval Supply Systems Command Weapon Systems Support is soliciting quotes for aircraft parts repair services under a small business set-aside. The requirement mandates FAA-certified parts with proper documentation and includes evaluation criteria prioritizing price, repair turnaround time, and past performance. The solicitation period has been extended with specific delivery and throughput requirements outlined.
Navy Small Business Set-Aside for FAA-Certified Aircraft Parts Repair
The Naval Supply Systems Command Weapon Systems Support is soliciting competitive quotes from small businesses for FAA-certified aircraft parts repair services. The procurement requires FAA Form 8130-3 airworthy approval tags from certified repair stations and emphasizes repair turnaround time and price evaluation factors. The solicitation period has been extended with a single award anticipated to the most advantageous technically acceptable offer.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.