CDU Spacer ASSY
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 U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking quotations for CDU Spacer ASSY (NSN 1560-01-HS1-9402, Part Number 22D2200) under a Total Small Business Set-Aside. This combined synopsis/solicitation (RFQ 70Z03826QJ0000082) anticipates a firm-fixed price purchase order for an initial quantity of five (5) items, with an option for five (5) additional items. Quotations are due by February 12, 2026, at 2:00 PM Eastern Time.
Scope of Work
The contractor will manufacture aircraft parts, specifically the CDU Spacer ASSY, to support the USCG ALC's Programmed Depot Maintenance (PDM) efforts. Work will be performed at the contractor's facility, requiring the provision of all necessary materials, labor, tooling, and facilities. Parts must be manufactured according to specified ALC Drawing Numbers. Offerors who have not successfully passed a Form, Fit, Function (FFF) test will be subject to First Article Testing (FAR 52.209-4).
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing), Small Business Size Standard: 1,250 employees
- Contract Type: Firm-Fixed Price Purchase Order
- Initial Quantity: 5 items
- Option: USCG may require up to 5 additional items (maximum 10 total) at the same price for up to 365 days after award (FAR 52.217-6).
Key Requirements
- First Article Testing: Required for offerors without prior FFF test success. One unit due within 30 days ARO, with approval/disapproval within 90 days.
- Certificate of Conformance (COC): Required for all components in accordance with FAR 52.246-15.
- Quality Control: Contractor must maintain a quality system compliant with ISO 9001-2000 or equivalent.
- Access to Drawings: Requires registration in the Defense Logistics Agency's (DLA) Joint Certification Program (JCP) and completion of a Non-Disclosure Agreement (DHS Form 11000-6).
- New Parts: All parts furnished must be NEW approved parts.
Submission & Evaluation
- Evaluation Criteria: Award will be made to the lowest priced, technically acceptable offer. Technical acceptability will be rated as "acceptable" or "unacceptable." Offerors must provide proof of active JCP certification.
- Quotation Submission: E-mail quotations to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil. Indicate 70Z03826QJ0000082 in the subject line.
- Deadline: February 12, 2026, at 2:00 PM Eastern Time.
- Anticipated Award Date: On or about February 17, 2026.
Critical Attachments
- Attachment 1: Schedule with First Article (for offerors without FFF test success)
- Attachment 2: Schedule (for offerors with FFF test success)
- Attachment 3: Statement of Work
- Attachment 4: DHS Form 11000-6 Non-Disclosure Agreement
- Attachment 5: Terms and Conditions (includes FAR clauses, instructions, and evaluation criteria)