Pilot Corner Cir BR
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 US Coast Guard Aviation Logistics Center (ALC) has issued an Unrestricted Combined Synopsis/Solicitation (RFQ) 70Z03826QJ0000087 for the manufacture of "Pilot Corner Cir BR" aircraft parts (NSN: 1560-01-HS1-9498, Part Number: 1016M60T100-10). This opportunity seeks to procure commercial items via a Firm-Fixed Price Purchase Order to support Programmed Depot Maintenance (PDM) efforts. Quotations are due by March 27, 2026, at 2:00 PM ET.
Scope of Work
The contractor will be responsible for manufacturing the specified aircraft parts, adhering to ALC Drawing Numbers, and providing all necessary materials, labor, tooling, and facilities. All parts must be new. A Certificate of Conformance (COC) is required per FAR 52.246-15, and the contractor must maintain a quality system compliant with ISO 9001-2000 or equivalent.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted
- NAICS: 336413 (Aircraft Manufacturing), Size Standard: 1,250 employees
- Response Due: March 27, 2026, 2:00 PM ET
- Anticipated Award Date: On or about March 31, 2026
- Delivery Schedule:
- CLIN 1 (First Article): 1 unit within 60 calendar days After Receipt of Order (ARO) for contractors without prior successful Form, Fit, and Function (FFF) testing.
- CLIN 2 (Production): 9 units within 30 calendar days upon favorable FFF test of CLIN 1.
- CLIN 3 (Production): 10 units within 60 calendar days ARO for contractors with prior successful FFF testing.
Evaluation & Submission
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability requires the ability to manufacture the items and proof of active Joint Certification Program (JCP) registration. Price will be evaluated for fairness and reasonableness, with the lowest priced offer evaluated for technical acceptability first.
Quotations must be emailed to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil, with "70Z03826QJ0000087" in the subject line. Bidders must complete either "Attachment 1 - Schedule with First Article" or "Attachment 2 - Schedule" based on their FFF testing status. Access to drawings requires JCP registration and completion of "Attachment 5 - DHS Form 11000-6 Non-Disclosure Agreement."
Key Requirements for Bidders
- First Article Testing: Required for contractors without prior successful Form, Fit, and Function (FFF) testing.
- Quality System: Must maintain ISO 9001-2000 or equivalent.
- U.S. Businesses Only: Access to drawings and participation generally limited to U.S. businesses.