MH-65 CAP ASSY,LIMIT

SOL #: 70Z03826QB0000081Combined Synopsis/SolicitationSole Source

Overview

Buyer

Homeland Security
Us Coast Guard
AVIATION LOGISTICS CENTER (ALC)(00038)
Elizabeth City, NC, 27909, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Night Vision Equipment, Emitted And Reflected Radiation (5855)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
Apr 15, 2026, 1:00 PM

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) Aviation Logistics Center (ALC) is soliciting quotations for MH-65 CAP ASSY,LIMIT (NSN: 5855-01-HS1-2822, P/N: 18824-009). This is a combined synopsis/solicitation (RFQ) under an 8(a) Sole Source set-aside, with an anticipated award to Triman Industries Inc. Offers are due by April 15, 2026, at 9:00 am EDT.

Scope of Work

The requirement is for five (5) units of "CAP ASSY,LIMIT" for MH-65 helicopters, with an option for the Government to increase the quantity by up to five (5) additional units, for a maximum of ten (10). All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Korry Electronics Co (Cage Code: 81590), and be newly manufactured commercial items with a Certificate of Conformance (COC). NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure airworthiness and safety.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (RFQ), anticipated Firm-Fixed Price purchase order.
  • Set-Aside: 8(a) Sole Source (FAR 19.8).
  • NAICS: 336413 (Small Business Size Standard: 1,250 employees).
  • Response Due: April 15, 2026, at 9:00 am EDT (extended by Amendment 1).
  • Published: April 8, 2026.
  • Requested Delivery: June 30, 2026.

Evaluation

Award is anticipated on a sole-source basis to Triman Industries Inc., as the Government believes they are the only known source capable of providing the required OEM traceability and genuine parts. However, concerns with the expertise and capabilities to provide these items are invited to submit offers. Evaluation will focus on fair and reasonable pricing and technical acceptability, ensuring the ability to provide new manufactured commercial items from the OEM or an approved source with exact part numbers, traceability, and a Certificate of Conformance. The Government's goal is best value without jeopardizing quality or safety of flight.

Submission Requirements

Quotations and questions must be submitted via email to Selmary.MelendezGonzalez3@uscg.mil. The solicitation number, 70Z03826QB0000081, must be indicated in the subject line. Phone call quotes will not be accepted. Offerors must agree to FAR 52.217-6 Option for Increased Quantity and specify F.O.B. Destination or provide estimated shipping costs if F.O.B. Origin.

People

Points of Contact

Selmary MelendezPRIMARY
Hartley K. AskewSECONDARY

Files

Files

Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View