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
May 8, 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 U.S. Coast Guard (USCG) Aviation Logistics Center is seeking proposals for MH-65 CAP ASSY,LIMIT (P/N 18824-009, NSN 5855-01-HS1-2822) under a combined synopsis/solicitation (RFQ 70Z03826QB0000081). This is an 8(a) Sole Source (FAR 19.8) requirement, with an anticipated firm-fixed price award to Triman Industries Inc. as the sole authorized distributor for the OEM, Korry Electronics Co. However, all responsible sources are invited to submit quotations. Offers are due by May 8, 2026, at 9:00 AM EDT.

Scope of Work

This opportunity is for the supply of five (5) "CAP ASSY,LIMIT" units, with an option for the Government to increase the quantity by up to five (5) additional units, for use on MH-65 helicopters. The requirement mandates newly manufactured commercial items that are FAA-approved and have clear traceability to the Original Equipment Manufacturer (OEM), Korry Electronics Co (CAGE Code: 81590). No substitute or alternate parts will be considered, and only new parts will be accepted. The agency does not have drawings, specifications, or schematics available.

Contract Details

  • Type: Combined Synopsis/Solicitation (RFQ), anticipated 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 increase the quantity for Line Item 1 by up to five (5) units, for a maximum total of ten (10).
  • F.O.B. Point: Destination.
  • Contract Terms: Includes FAR and HSAR provisions, requiring offerors to hold prices firm for 60 calendar days.

Evaluation & Award

Award is anticipated on a Sole Source basis to Triman Industries Inc., justified by the Government's belief that they are the only known source capable of providing the required OEM-traceable parts, as Korry Electronics Co. does not sell directly to the USCG. Evaluation will focus on fair and reasonable pricing and technical acceptability, ensuring the ability to provide new, OEM-manufactured items with exact part numbers and a Certificate of Conformance (COC). Market research will be conducted to determine price reasonableness.

Timeline & Submission

  • Offers Due: May 8, 2026, at 9:00 AM EDT.
  • Submission: Quotations and questions must be submitted via email to Selmary.MelendezGonzalez3@uscg.mil. The solicitation number, 70Z03826QB0000081, must be included in the subject line. Phone call quotes will not be accepted.

People

Points of Contact

Selmary MelendezPRIMARY
Hartley K. AskewSECONDARY

Files

Files

Download
Download
Download

Versions

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