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 Aviation Logistics Center (ALC) is seeking MH-65 CAP ASSY,LIMIT (P/N: 18824-009) via a combined synopsis/solicitation. This is an anticipated 8(a) Sole Source award to Triman Industries Inc. for specialized parts requiring clear traceability to the OEM, Korry Electronics Co. Quotations are due by April 29, 2026, at 9:00 AM EDT.
Purpose & Scope
This Request for Quotation (RFQ) is for the procurement of five (5) "CAP ASSY,LIMIT" units, with an option for five additional units, for use on MH-65 helicopters. The procurement is justified as a sole-source acquisition to Triman Industries Inc., identified as the only authorized distributor for these highly specialized parts from the Original Equipment Manufacturer (OEM), Korry Electronics Co. The primary goal is to ensure the safety of aircrew by acquiring airworthy commercial items that meet FAA guidelines and maintain quality of flight.
Key Requirements
- Item: CAP ASSY,LIMIT (NSN: 5855-01-HS1-2822, Part Number: 18824-009).
- Quantity: 5 base units, with an option for up to 5 additional units (total maximum of 10).
- OEM: Korry Electronics Co (CAGE Code: 81590).
- Traceability: All parts must have clear, complete, documented, and auditable traceability to the OEM.
- Certification: Newly manufactured commercial items require a Certificate of Conformance (COC) in accordance with Federal Aviation Regulation, Part 21, and FAR clause 52.246-15.
- Condition: Only new parts will be accepted; no substitute or alternate parts will be considered.
- Delivery: Requested by June 30, 2026, F.O.B. Destination.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) leading to a firm-fixed price purchase order.
- Set-Aside: 8(a) Sole Source (FAR 19.8).
- NAICS: 336413 (Aircraft Manufacturing), Small Business Size Standard: 1,250 employees.
- Option for Increased Quantity: FAR 52.217-6 applies, allowing the Government to unilaterally increase the quantity of Line Item 1 by up to five units within one year of award.
Evaluation & Submission
Award will be based on fair and reasonable pricing and technical acceptability. Technical acceptability requires the ability to provide new manufactured commercial items from the OEM or an approved source, with exact part numbers. Quotations and questions must be submitted via email to Selmary.MelendezGonzalez3@uscg.mil by April 29, 2026, at 9:00 AM EDT. Phone call quotes will not be accepted. No drawings, specifications, or schematics are available from the agency.