MH-65 CAP ASSY,LIMIT
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) 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.