MH-65 LEVER IND. PLATE
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.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. Solicitation number 70Z03826QB0000021 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 Effective October 01, 2025.
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a Total Small Business Set-Aside requirement. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order will be awarded as a Total Small Business Set-Aside as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturers (OEMs), Safran Landing Systems (Cage Code F0189). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM approved source.
See attached documents titled:
“Requirements - 70Z03826QB0000021” and
“Terms and Conditions – 70Z03826QB0000021”.
52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored as follows:
The Government may increase the quantity of supplies called for in the Schedule, by up to a quantity of Ten (10), at the unit price specified, up to a maximum quantity of Fifteen (15). The Contracting Officer may exercise the option by written notice to the Contractor within one calendar year after Purchase Order award. Delivery of the added items shall continue at the same rate as the like items call for under the Purchase Order, unless the parties otherwise agree.
***Please note that if the USCG chooses to exercise any optional quantity modification, such modifications will be issued unilaterally to the contractor.
(End of Clause)
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Closing date and time for receipt of offers is 29 December 2025 at 10:00am EST. Quotes and questions shall be submitted by email to alisha.m.colson@uscg.mil. Please indicate solicitation 70Z03826QB0000021 in the subject line. Phone call quotes WILL NOT be accepted.