Notice of Intent to Award to a Basic Ordering Agreement
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), under the Department of Homeland Security, has issued a combined synopsis/solicitation (RFQ 70Z03826QS0000002) with an intent to award a firm-fixed-price delivery order on a sole-source basis for MAT 5000 Grease. This requirement is considered an unrestricted requirement. Contractors with the expertise to provide these items are invited to submit offers. Quotes are due by February 10, 2026, at 12:00 pm EST.
Scope of Work
This opportunity is for the procurement of MAT 5000 Grease (Part Number P999235), with a quantity of 8 units and an option for increased quantity. This specialized grease is critical for the maintenance and rebuild of Dowty propeller assemblies used on the USCG HC130J and HC-27J fixed-wing aircraft. The grease must be sourced from the Original Equipment Manufacturer (OEM), GE Aviation (doing business as Dowty Propellers), as it is the only OEM-approved product for these applications, ensuring airworthiness.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award: Firm-Fixed-Price Delivery Order, Sole Source
- Set-Aside: Unrestricted Requirement
- NAICS Code: 336413 (Small Business Size Standard: 1,250 employees)
- Product Service Code: 1560 (Airframe Structural Components)
- Place of Performance: Elizabeth City, NC
- Requested Delivery Date: November 6, 2026
- Quote Due Date: February 10, 2026, at 12:00 pm EST
- Published Date: February 5, 2026
Evaluation
Quotes will be evaluated based on lowest-priced, technically acceptable criteria. Technical acceptability will be rated as "acceptable" or "not acceptable." The process will assess the lowest-priced offer for technical acceptability first, continuing to the next lowest if not acceptable, until a technically acceptable offer with acceptable past performance is identified. Offers must be held firm for 60 calendar days.
Submission Requirements
Quotes and questions must be submitted via email to jeremy.a.wood@uscg.mil. The solicitation number 70Z03826QS0000002 must be included in the subject line. Phone calls will not be accepted. Bidders must provide a unit price quote, confirm agreement with the option for increased quantity clause (FAR 52.217-6), and specify F.O.B. terms (destination requested). Invoicing instructions encourage email submission to ALC-Fiscal@uscg.mil.
Additional Notes
This solicitation incorporates various FAR provisions and clauses by reference, including those related to security prohibitions (e.g., covered telecommunications equipment/services, Kaspersky Lab, FASC-prohibited UAS) and safeguarding covered contractor information systems. Interested parties may request an independent review of any Agency Protest at a level above the Contracting Officer.