Low Level Contr
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 US Coast Guard (USCG), under the Department of Homeland Security, is soliciting quotations for Low Level Contr (National Stock Number 6680-01-337-0653, Part Number 30052-000-01). This is an unrestricted requirement for commercial items, issued as a Request for Quotation (RFQ) under solicitation number 70Z03825QJ0000331. The response date has been extended multiple times, with the current deadline for submissions being February 10, 2026, at 2:00 PM EST.
Scope of Work
The USCG intends to procure eight (8) units of the specified "Low Level Contr" item. There is an option for the USCG to acquire an additional sixteen (16) items, bringing the maximum potential quantity to twenty-four (24), at the same price and lead time for up to 365 days post-award. The requested delivery date for the initial order is November 10, 2026.
Key requirements include:
- Traceability: All parts must have clear, documented, and auditable traceability to the Original Equipment Manufacturer (OEM), specifically Simmonds Precision Products INC (Cage Code 89305) or Sikorsky Aircraft Corporation (Cage Code 78286).
- Certificate of Conformance (COC): Contractors must furnish a COC in accordance with FAR 52.246-15, ensuring parts are airworthy and suitable for USCG aircraft. Vendors who are not the OEM must provide traceability back to the manufacturer.
- Condition: Parts must be newly manufactured commercial items. New surplus items may be considered with approval from Medium Range Recovery (MRR) Engineering and require photos of packaging/items with the quotation.
- No Drawings: No drawings, specifications, or schematics are available from the agency.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm-Fixed-Price Purchase Order.
- Set-Aside: Unrestricted.
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a small business size standard of 1,250 employees.
- Response Due: February 10, 2026, 2:00 PM EST.
- Anticipated Award: On or about February 13, 2026.
- Published: January 30, 2026.
Evaluation
Award will be made on a competitive basis. Offerors must submit quotations in accordance with the requirements stipulated in the solicitation. Attachment 1, "TERMS AND CONDITIONS," details the applicable clauses, instructions, and evaluation criteria, including technical acceptability. Bidders must review this document thoroughly to understand compliance requirements and evaluation factors.
Key Requirements from Attachment 1
Attachment 1 outlines critical contractual terms, including numerous FAR and HSAR clauses. Bidders must pay close attention to:
- Technical Acceptability: Specific evaluation criteria are detailed.
- Representations and Certifications: Requirements for offeror representations, including those related to telecommunications equipment, Buy American, and Iran-related activities.
- Quality Assurance: Provisions for quality and acceptance.
- Option for Increased Quantity: Details regarding the exercise of the option for additional items.
Quotations should be emailed to Tiffany.R.Cherry2@uscg.mil, with "70Z03825QJ0000331" in the subject line.