PROCUREMENT OF MH-65E AIRCRAFT BATTERY CELL
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 quotations under RFQ 70Z03826QB0000001 for the procurement of MH-65E Aircraft Battery Cells. This is a full and open competitive requirement for commercial items, seeking to establish one or more Indefinite Delivery - Requirements (IDR) contracts with firm fixed pricing. The anticipated period of performance is five years, consisting of a one-year base period and four one-year option periods. Quotations are due by May 7, 2026, at 12:00 PM EST.
Scope of Work
This opportunity requires the supply of MH-65E Aircraft Battery Cells (Product Service Code 6140, NAICS 335910). All parts must be new, FAA-approved, and have clear traceability to the Original Equipment Manufacturer (OEM), specifically Saft American Inc. (Cage Code 09052). A Certificate of Conformance (COC) is mandatory, in accordance with FAR clause 52.246-15. Alternate parts may be authorized if they are approved under the NATO catalog system, satisfy all form, fit, and function requirements, conform to the USCG MH-65E aircraft configuration, and are approved by SRR Engineering prior to award. No substitute parts will be considered.
Contract & Timeline
- Type: Indefinite Delivery - Requirements (IDR) Contract, Firm Fixed Price
- Duration: One (1) base year + four (4) one-year option periods (total 5 years)
- Set-Aside: Full and Open Competition
- NAICS: 335910 (Small Business Size Standard: 1,250 employees)
- Quotation Due: May 7, 2026, 12:00 PM EST
- Published: March 23, 2026
- Anticipated POP Start: August 19, 2026
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Evaluation factors include Technical Acceptability, Past Performance, and Price. Bidders must submit pricing using the provided "Attachment 1 – Schedule of Supplies" and adhere to all terms and conditions outlined in "Attachment 2 – Provisions, Clauses, and Terms and Conditions."
Key Requirements & Submission
- Pricing: Submit using "Attachment 1 – Schedule of Supplies," indicating Unit Price, Lead-Time, and Extended Price for each CLIN. Specify F.O.B. Destination or Origin, with estimated shipping costs if Origin.
- Compliance: Adherence to all FAR and HSAR clauses, quality assurance requirements (e.g., COC, traceability), packaging, shipping, and invoicing instructions detailed in "Attachment 2."
- Submissions: Quotations and questions must be submitted via email to Destiny.A.Ornelas2@uscg.mil. Phone call quotes will not be accepted.
- Note: No drawings, specifications, or schematics are available from the agency.