MH-65 Spare Parts
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 U.S. Coast Guard Aviation Logistics Center (ALC) is issuing a Combined Synopsis/Solicitation (RFQ) for MH-65 Spare Parts, specifically two tail rotor servos (P/N SC7282 and SC7283). This is an anticipated sole source award to Prime Industries, Inc., but all responsible sources capable of providing OEM-traceable parts are invited to submit quotations. Offers are due by March 9, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for two newly manufactured "SERVO, TAIL ROTOR" parts:
- One (1) NSN 1650-14-404-8798, Part Number SC7282
- One (1) NSN 1650-14-514-5292, Part Number SC7283
All parts must have clear, complete, documented, and auditable traceability to the Original Equipment Manufacturer (OEM), Goodrich Actuation Systems SAS (CAGE Code: F1688). Newly manufactured commercial items must include a Certificate of Airworthiness (FAA 8130 preferred) or equivalent European Aviation Safety Agency (EASA) certification. No substitute or alternate parts will be considered; only new parts will be accepted. No drawings, specifications, or schematics are available from the agency.
Contract Details
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Anticipated Awardee: Prime Industries, Inc. (sole source justification based on "ONLY ONE SOURCE REASONABLY AVAILABLE" and "BRAND NAME" due to safety concerns and OEM distribution).
- NAICS Code: 336413 (Aircraft Manufacturing), Small Business Size Standard: 1,250 employees.
- Delivery: F.O.B. Destination is requested, with an anticipated delivery date of March 18, 2026.
- Terms & Conditions: Incorporates various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Offers must hold prices firm for 120 calendar days. Quality assurance provisions require immediate notification of non-conformity, a contractor quality control manual, and notification of product changes. Specific packaging, marking, and shipping instructions apply. Invoices should be submitted electronically.
Evaluation & Submission
While an award to Prime Industries, Inc. is anticipated on a sole source basis, the agency will consider quotations from other responsible sources. Evaluation for a sole source award will be based on fair and reasonable pricing. If responsive offers from other responsible sources are received, the solicitation may be amended. Offerors must submit the "Requirement" document with a completed unit price column. A 10% price evaluation preference for HUBZone small businesses is noted in the terms, though its applicability in a sole source context is limited.
Key Deadlines & Contact
- Offers Due: March 9, 2026, at 10:00 AM EST.
- Submission: Quotes and questions must be submitted via email to Raymond.V.Marler@uscg.mil. Include solicitation number 70Z03826QB0000064 in the subject line. Phone call quotes will not be accepted.
- Primary Contact: Raymond V. Marler, raymond.v.marler@uscg.mil.