Procurement of MH-65E Tail Rotor Servos
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 issuing a combined synopsis/solicitation (RFQ 70Z03826QB0000065) for the procurement of MH-65E Tail Rotor Servos. While this is a restricted requirement inviting all responsible sources, the Government anticipates a firm-fixed price purchase order will be awarded on a Sole Source basis to Prime Industries, Inc., citing them as the only known source capable of providing genuine OEM parts with required traceability.
Scope of Work
This opportunity seeks two specific servo tail rotor parts: P/N SC7282 (NIIN 14-404-8798) and P/N SC7283 (NIIN 14-514-5292) for MH-65 helicopters. Deliverables must be newly manufactured commercial items with clear traceability to the Original Equipment Manufacturer (OEM), Goodrich Actuation Systems SAS (Cage Code: F1688). No substitute or alternate parts will be considered. A Certificate of Airworthiness (COA) is required, in accordance with Federal Aviation Regulation Part 21 and FAR 52.246-15.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for a Firm Fixed-Price Purchase Order
- Set-Aside: Restricted (anticipated Sole Source to Prime Industries, Inc.)
- NAICS: 336413 (Aircraft Manufacturing), Size Standard: 1,250 employees
- Response Due: March 13, 2026, at 12:00 PM EDT
- Published: March 12, 2026
- Anticipated Delivery: April 6, 2026 (F.O.B. Destination preferred)
Key Requirements & Evaluation
Bidders must submit quotations using the provided "Requirements" spreadsheet, detailing pricing for required and optional quantities, and indicating delivery terms. The "Terms and Conditions" document outlines critical FAR/HSAR clauses, quality assurance, packaging, and invoicing instructions. Evaluation will focus on fair and reasonable pricing, given the sole-source nature. The Justification for Other Than Full and Open Competition (J&A) confirms Prime Industries, Inc. as the sole USCG-approved non-OEM source due to proprietary technical data and safety concerns.
Important Notes
Concerns possessing the expertise and capabilities to provide these items are invited to submit offers, despite the stated sole-source intent. No drawings, specifications, or schematics are available from the agency. Quotes and questions must be submitted via email to Raymond.V.Marler@uscg.mil, referencing solicitation 70Z03826QB0000065 in the subject line. Phone call quotes will not be accepted.