MH-65 TUBE
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 soliciting quotes for MH-65 TUBE aircraft parts (NSN 1650-14-374-7725, Part Number 1-96-034-78). This is an unrestricted requirement for commercial items, with award anticipated as a firm-fixed-price purchase order. Quotes are due by May 11, 2026, at 2pm EDT.
Scope of Work
This solicitation, RFQ 70Z03826QB0000116, seeks to procure 20 units of TUBE (Nomenclature: TUBE), with a requested delivery date of October 1, 2026. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Airbus Helicopters Inc. (CAGE Code F0210), and be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure flight safety. Only airworthy commercial specifications or standard military specifications/parts will be approved. Newly manufactured commercial items require a Certificate of Conformance (COC) and OEM traceability.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation, Request for Quotation (RFQ) leading to a Firm-Fixed-Price purchase order.
- Set-Aside: Unrestricted. All responsible sources may submit a quotation.
- NAICS Code: 336413 (Aircraft Manufacturing), Small Business Size Standard: 1,250 employees.
- PSC Code: 1650 (Aircraft Hydraulic, Vacuum And De Icing System Components).
- Response Due: May 11, 2026, 2pm EDT.
- Published Date: May 6, 2026.
- Option for Increased Quantity: FAR 52.217-6 applies, allowing the Government to increase the quantity of Line Item 1 by up to 20 additional units (maximum 40 total) at the specified unit price, exercisable within one year of award. Bidders must indicate agreement or disagreement with this clause.
- F.O.B. Point: F.O.B. Destination is requested.
Evaluation Factors
Award will be made to the lowest-priced offeror rated technically acceptable. Technical acceptability is based on the ability to provide new manufactured commercial items from the OEM or an OEM-approved source, including a Certificate of Conformance (COC) and full traceability. The process will proceed in order of lowest-priced offer if the initial lowest-priced offer is not technically acceptable.
Submission Requirements & Notes
- Quotes and questions must be submitted via email to Selmary.MelendezGonzalez3@uscg.mil, with "solicitation 70Z03826QB0000116" in the subject line. Phone call quotes will not be accepted.
- Quotations must include the "Requirement" document (Attachment 1) with completed unit prices.
- Offerors must hold prices firm for 60 calendar days.
- No drawings, specifications, or schematics are available from this agency.
- Offerors must provide certifications regarding responsibility matters and comply with security prohibitions related to covered telecommunications and video surveillance equipment/services.
- Specific instructions for packaging, marking, and shipping to the USCG Aviation Logistics Center are provided.
- Inspection will be performed at destination, requiring a COC and documented unbroken history of ownership for payment approval.