Procurement of Rod End Assy. Damper
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 soliciting quotations for the Procurement of Rod End Assy. Damper (NSN: 1615-01-089-0441, P/N: 70106-08104-041). This is a 100% Total Small Business Set-Aside opportunity, anticipating a firm-fixed price purchase order for 15 units. Quotations are due by February 12, 2026, at 2:00 p.m. Eastern Time.
Scope of Work
The requirement is for 15 units of Rod End Assy. Damper (NSN: 1615-01-089-0441, P/N: 70106-08104-041). All parts must be NEW approved parts. "New Surplus" items may be considered with prior approval from Medium Range Recovery (MRR) Engineering and traceability to the OEM, requiring photos of packaging/items with the quotation. No drawings, specifications, or schematics are available from the agency.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (RFQ 70Z03826QJ0000092)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 336413 (Small Business Size Standard: 1,250 employees)
- Quantity: 15 units
- Requested Delivery Date: July 1, 2026
- Quotation Due: February 12, 2026, at 2:00 p.m. ET
- Anticipated Award Date: On or about February 13, 2026
- Place of Performance: Elizabeth City, NC
Key Requirements & Deliverables
Offerors must furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15, submitted in the specified format. Stringent Quality Assurance requirements apply, including a quality control manual addressing risk management, testing, inspection, and counterfeit parts. Packaging must be suitable for land, air, or sea shipment (excluding popcorn or Styrofoam), with individual parts separately packaged and labeled. Full and clear traceability must be provided with each part. Specific documentation such as FAA Form 8130-3/8130-4 or EASA Form 1 may be required.
Evaluation Criteria
Award will be made to the lowest priced, technically acceptable offer representing the best value. Only the lowest priced offer will initially be evaluated for Technical Acceptability. If deemed unacceptable, the next lowest priced offer will be evaluated. Technical acceptability focuses on the ability to provide new manufactured commercial items, with "New Surplus" requiring specific approval.
Submission Instructions
Quotations must be emailed to Cayce.A.Copley2@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line of the email must include the solicitation number 70Z03826QJ0000092. Offerors must ensure compliance with various regulations, including those related to covered telecommunications equipment.