Engine Water Sample Testing for MH-65E aircraft
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 Logistic Center (ALC) in Elizabeth City, NC, is soliciting quotations for Engine Water Sample Testing for MH-65E aircraft. This is an unrestricted, full and open competitive opportunity for an Indefinite Delivery Requirements (IDR) contract, procured via individually funded task orders. The contract will have a total period of performance of five years (one base year and four one-year option periods). Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Proposals are due March 17, 2026, at 1:30 PM EST. The incumbent contract is 70Z03821DB2000010.
Scope of Work
The selected contractor will provide comprehensive water sample testing services for the MH-65 Engine Wash Water used on USCG MH-65E helicopters. This includes shipping sample containers to requesting USCG Units/Cutters, receiving samples back, and performing testing in accordance with Section 303 of the Clean Water Act and USCG standards. Services encompass packaging, shipping, water testing, provision of wash water testing containers, sample collection instructions, and chain of custody. Electronic email reports detailing aspect, pH, conductivity, dissolved solids, and ash must be provided within seven days of sample receipt, adhering to parameters in Appendix B of the SOW. All necessary supplies, labor, and test equipment are to be provided at firm fixed prices, with performance at the contractor's facility.
Contract & Timeline
- Solicitation Number: 70Z03826QB0000011 (RFQ)
- Contract Type: Indefinite Delivery Requirements (IDR) contract
- Set-Aside: Unrestricted (Full and Open Competition)
- NAICS Code: 541990 (Small Business Size Standard: $19.5 million)
- Period of Performance: One (1) base year + four (4) one-year option periods (5 years total)
- Proposal Due: March 17, 2026, 1:30 PM EST
- Published Date: February 19, 2026 (Amendment 2)
Evaluation Factors
Award will be based on the Lowest Price Technically Acceptable (LPTA) method, as per FAR 12.204(a). Technical acceptability will be evaluated first, followed by price. Bidders must review Attachment 3 – Terms and Conditions for detailed evaluation criteria and required provisions.
Submission Requirements
Quotations and any questions must be submitted via email to Alex-Marie.B.Midgett@uscg.mil. The subject line of the email must clearly indicate the solicitation number: 70Z03826QB0000011. Refer to Attachment 1 (Requirements), Attachment 2 (Statement of Work), and Attachment 3 (Terms and Conditions) for complete details.