Controller W, AIRPR
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.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13 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 70Z03826QJ0000020 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 7 August 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 a firm-fixed price purchase order will be awarded on a sole source basis as a result of this synopsis/solicitation for the following item(s):
Item Name: Controller W, AIRPR
Part Number: 773040-2
National Stock Number: 1660-01-164-4292
Quantity: 4
Manufacturer Cage Code: 0CAM5
Only the items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation (Cage Code 0CAM5). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location.
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. 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.
SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000020” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
SEE ATTACHMENT 2 – “REDACTED JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 70Z03826QJ0000020”
Closing date and time for receipt of offers is 11/12/2025 at 2:00 pm Eastern Time. Anticipated award date is on or about 11/14/2025. E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil Please indicate 70Z03826QJ0000020 in the subject line