Bracket Assembly
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Coast Guard (USCG), Aviation Logistics Center (ALC), intends to award a sole source Basic Ordering Agreement (BOA) call to Sikorsky Aircraft Corporation (OEM) for Bracket Assemblies (NSN 1560-01-HS2-4946, Part Number 70500-22107-058). This notice is an intent to award, not a request for competitive proposals. However, responsible sources may submit a quotation for consideration. Responses are due by 2:00 P.M. EDT on April 22, 2026.
Scope of Work
The requirement is for Bracket Assemblies to be used for replacement during routine maintenance of the MH-60T aircraft due to failures, corrosion, and/or damage. Sikorsky Aircraft Corporation is identified as the sole source because, as the Original Equipment Manufacturer (OEM), they own all rights to the technical data, specifications, and drawings. The item is complex, requiring unique production techniques and testing, and the Government does not possess the necessary data rights to procure from other sources. Delivery is requested within 200 days After Receipt of Order (ARO), with early shipments encouraged at no additional cost. F.O.B. point is Origin, and inspection/acceptance will be performed at origin by DCMA.
Contract & Timeline
- Notice Type: Notice of Intent to Award a Sole Source BOA Call
- OEM: Sikorsky Aircraft Corporation (Cage Code 78286)
- NAICS: 336413 (Aircraft Manufacturing) with a size standard of 1,250 Employees
- PSC: 1560 (Airframe Structural Components)
- Set-Aside: Unrestricted (small business set-aside has been dissolved)
- Response Due: April 22, 2026, by 2:00 P.M. EDT
- Published: March 18, 2026
Evaluation
This is a sole source procurement under FAR 12.102(a) and FAR Class Deviation 25-21 Rev. 1. The Government will determine fair and reasonable pricing through methods such as market research, comparison with previous purchases, current price lists, and comparison with similar items. While not a competitive request, responsible sources may submit quotations for agency consideration.
Additional Notes
Attachment 1 provides a detailed list of items, including NSN, part number, description, quantity, and required delivery dates. Bidders must pay close attention to F.O.B. terms (Origin) and include shipping costs if F.O.B. Origin is selected. Attachment 2 is a Redacted Justification and Approval (J&A) explaining the rationale for the sole source acquisition. The notice also clarifies that certain SAM.gov representations (e.g., 52.212-3(d), 52.212-5, 52.213-4) will not be considered by contracting officers for award decisions or enforcement, and entities are not required to update their SAM registration to remove them.