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 soliciting proposals for the Procurement of Propeller Assemblies, Spare Parts and Components for the HC-144 Maritime Patrol Aircraft (MPA). This is a sole source requirement, with the USCG intending to negotiate and award an Indefinite Delivery Requirements type contract to Hamilton Sundstrand DBA Collins Aerospace, Inc. The closing date for proposals has been updated to May 01, 2026, at 11:59 pm EST via Amendment A0001.
Opportunity Details
- Title: Procurement of Propeller Assemblies, Spare Parts and Components
- Agency: Department of Homeland Security, US Coast Guard, AVIATION LOGISTICS CENTER (ALC)
- Solicitation Number: 70Z03826QL0000013 (RFP)
- NAICS Code: 336413 (Small Business Size Standard: 1,250 people)
Scope of Work
This procurement is for critical propeller assemblies, spare parts, and components essential for maintaining the structural integrity and operational capability of the HC-144 MPA. These items are designated as Critical Safety Items (CSIs).
Contract Details
- Type: Indefinite Delivery Requirements type contract, Firm Fixed Price
- Duration: One-year base period and four (4) one-year option periods
- Set-Aside: Sole Source (other than full and open competition, citing 10 U.S.C. § 3204(c) and FAR 6.302-1)
- Intended Awardee: Hamilton Sundstrand DBA Collins Aerospace, Inc.
- Place of Performance: Elizabeth City, NC
Key Requirements & Evaluation
- Technical Acceptability: Offerors must demonstrate the ability to provide new manufactured commercial items. Offerors must be the OEM or an authorized distributor with clear traceability. A Certificate of Conformance (COC) is required.
- Quality Assurance: Requires immediate notification of any event, supply change, or defect. Contractor's quality control manual must address risk management, testing, inspection, and counterfeit/suspect parts.
- Delivery: Required within sixty (60) days after receipt of order (ARO) to Elizabeth City, NC.
- Pricing: Will be evaluated for fairness and reasonableness.
- Prohibitions: Includes clauses regarding covered telecommunications equipment/services, FASCSA orders, Sudan and Iran business operations, and sensitive technology.
Submission & Deadlines
- Proposal Due Date: May 01, 2026, at 11:59 pm EST
- Submission Method: All questions and proposals must be sent via email to Dmitri.E.Mercer@uscg.mil. The subject line must include "70Z03826QL0000013". Phone calls will not be accepted.
- Offer Acceptance Period: Offerors must hold prices firm for 60 calendar days from the offer receipt date.
Attachments
- Attachment 1 - Schedule: Details CLINs, NIINs, part numbers, nomenclature, and quantities for the base and option years.
- Attachment 2 - Terms & Conditions (Updated A0001): Outlines FAR and HSAR clauses, including instructions for offerors (52.212-1), evaluation criteria (52.212-2), and required representations (e.g., 52.204-24).
- Attachment 3 - Redacted Justification for other than Full and Open Competition: Justifies the sole source award to Hamilton Sundstrand due to OEM status and lack of proprietary technical data by the USCG.
Contact Information
- Primary Contact: Dmitri E. Mercer (Dmitri.E.Mercer@uscg.mil)
- Secondary Contact: Logan J. Brown (LOGAN.J.BROWN3@USCG.MIL, 206-831-0697)