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 U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking proposals for the manufacture and delivery of Pilot Corner Cir BR aircraft parts (NSN: 1560-01-HS1-9498, Part Number: 1016M60T100-10). This is an unrestricted combined synopsis/solicitation (RFQ) for a firm-fixed price purchase order. The requirement supports Programmed Depot Maintenance (PDM) efforts. Quotations are due by March 11, 2026, at 2:00 PM Eastern Time.
Scope of Work
The contractor will manufacture aircraft parts, specifically the "Pilot Corner Cir BR," at their facility or a USCG-approved location. This includes providing all necessary materials, labor, tooling, and facilities, adhering to specified ALC Drawing Numbers.
- First Article Testing: Offerors who have not previously passed Form, Fit, and Function (FFF) testing must provide one (1) unit (CLIN 1) for testing within 60 days After Receipt of Order (ARO). Production (CLIN 2) of nine (9) units will commence within 30 days upon favorable FFF approval of CLIN 1.
- Production Buys: An additional ten (10) units (CLIN 3) are due within 60 days ARO.
- A Certificate of Conformance (COC) is required for all components per FAR 52.246-15. All parts must be new and approved.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QJ0000087
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted (All responsible sources may submit)
- NAICS Code: 336413 (Aircraft Manufacturing)
- Small Business Size Standard: 1,250 employees
- Attachments: Bidders must utilize Attachment 1 ("Schedule with First Article") if FFF testing is required, or Attachment 2 ("Schedule") if FFF has been previously passed. Attachment 3 provides the Statement of Work, Attachment 4 details Terms and Conditions, and Attachment 5 is a Non-Disclosure Agreement.
Evaluation & Award
Award will be made to the lowest priced, technically acceptable offeror.
- Technical Acceptability: Rated "acceptable" or "unacceptable" based on the ability to manufacture the specified items. Proof of active Joint Certification Program (JCP) registration is required.
- Price: Evaluated for fairness and reasonableness. The lowest priced offer will be evaluated for technical acceptability first.
Submission Requirements & Key Information
- Access to Drawings: Contractors must be registered in the DLA's JCP and complete Attachment 5 (DHS Form 11000-6 Non-Disclosure Agreement) to access drawings. Requests should be sent to Cindy.K.Harmes@uscg.mil. Drawing release is restricted to U.S. businesses.
- Quotation Submission: E-mail quotations to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include 70Z03826QJ0000087.
- Questions: For questions regarding the pricing schedules (Attachments 1 & 2), contact Michelle.R.Monds@uscg.mil.
Key Dates
- Quotations Due: March 11, 2026, at 2:00 PM Eastern Time
- Anticipated Award Date: On or about March 13, 2026
- Published Date: February 18, 2026