Procurement of Propeller Assemblies, Spare Parts and Components
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 United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC, is issuing a Request for Proposal (RFP) for the Procurement of Propeller Assemblies, Spare Parts and Components for the HC-144 Maritime Patrol Aircraft. This requirement is being solicited on a sole source basis, with the agency intending to negotiate and award an Indefinite Delivery Requirements contract to Hamilton Sundstrand DBA Collins Aerospace, Inc. All responsible sources may submit a capability statement and/or proposal. Proposals are due December 12, 2025, at 11:59 pm EST.
Scope of Work
This procurement is for critical safety item (CSI) propeller assemblies, spare parts, and components essential for the sustainment and operational capability of the HC-144 MPA. Attachment 1 provides a detailed schedule of Contract Line Item Numbers (CLINs), National Item Identification Numbers (NIINs), part numbers, nomenclature, and quantities for a base year and four option years, indicating consistent demand throughout the contract period. Pricing information is not specified in the schedule, suggesting it will be determined or negotiated separately.
Contract Details
- Type: Indefinite Delivery Requirements, Firm Fixed Price contract.
- Duration: One-year base period and four (4) one-year option periods.
- Set-Aside: Sole Source (Other Than Full and Open Competition, justified under FAR 6.302-1 for 'Only one responsible source').
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing), with a small business size standard of 1,250 employees.
- Funding: Operations and Support funds, Fiscal Year 2026.
- Place of Performance: Elizabeth City, NC (USCG ALC).
Justification for Sole Source
The USCG ALC has determined that Hamilton Sundstrand Corporation (Collins Aerospace) is the Original Equipment Manufacturer (OEM) and the only qualified source capable of providing these critical parts. The agency lacks the proprietary technical data required for full and open competition. Previous market research, including a Sources Sought Notice, yielded only one non-compliant response.
Submission & Evaluation
- Proposals Due: December 12, 2025, at 11:59 pm EST.
- Submission Method: Proposals must be emailed to Dmitri.E.Mercer@uscg.mil. The subject line must include "70Z03826QL0000013". Phone calls will not be accepted.
- Evaluation Criteria (FAR 52.212-2): Technical acceptability based on company information, CAGE code, FOB, and fully quoted line items. The Contracting Officer will determine if anticipated prices are fair and reasonable.
- Required Submissions: Offerors must complete and submit FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment) and FAR 52.209-7 (Information Regarding Responsibility Matters).
Key Clauses & Contacts
Applicable clauses include FAR 52.204-21 (Safeguarding Covered Contractor Information Systems), FAR 52.204-23 (Prohibition on Kaspersky Lab), FAR 52.204-25 (Prohibition on Certain Telecommunications), and the Buy American Act (52.225-1). Primary contact for questions and proposals is Dmitri E. Mercer at Dmitri.E.Mercer@uscg.mil.