Procurement of Various Spares for the MH-65E Aircraft
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), under the Department of Homeland Security, is soliciting quotations for the Procurement of Various Spares for the MH-65E Aircraft. This is a Total Small Business Set-Aside opportunity for an Indefinite Delivery - Requirements type contract with firm fixed pricing. The contract is anticipated to have a five-year total duration (one base year and four one-year option periods). Quotations are due by May 7, 2026, at 12:00 p.m. EDT.
Scope of Work
This solicitation seeks new, FAA-approved commercial or standard military specification parts for the MH-65E aircraft. All parts must be newly manufactured, and offerors must provide a Certificate of Conformance (COC) in accordance with FAR 52.246-15, along with traceability to the Original Equipment Manufacturer (OEM) or an authorized distributor. Traceability must show a clear, auditable paper trail with a maximum of two exchanges prior to USCG delivery. Alternate parts may be authorized if approved under the NATO catalog system and meet form, fit, and function requirements, subject to SRR Engineering approval. Substitute parts will not be considered. The applicable NAICS code is 336413 with a small business size standard of 1,250 employees. No drawings, specifications, or schematics are available from the agency.
Contract Details
- Contract Type: Indefinite Delivery - Requirements, Firm Fixed Price
- Duration: 1 Base Year + 4 Option Years (5 years total)
- Set-Aside: Total Small Business
- Product Service Code: 5945 (Relays And Solenoids)
- Award Structure: The Government reserves the right to make a single award, multiple awards covering different CLINs, or no award. Awards will be based on the lowest cost to the Government, including an assumed $500 administrative cost per contract for multiple awards.
Evaluation Factors
Award will be made using a Lowest Price Technically Acceptable (LPTA) process, evaluating three factors:
- Technical Acceptability: Offeror's ability to provide new, OEM-approved commercial items meeting specifications for form, fit, and function. Rated Acceptable/Unacceptable.
- Past Performance: Demonstrated record of relevant performance, including quality, delivery, contractual compliance, and customer satisfaction. Rated Acceptable/Unacceptable/Neutral.
- Price: Proposals must include Attachment 1 with completed unit prices. Prices will be evaluated for fairness and reasonableness, with unbalanced option period prices potentially leading to rejection.
Submission Requirements
Quotations and questions must be submitted via email to Charles.B.Colson2@uscg.mil. The subject line must include "Solicitation 70Z03826QB0000013." Phone call quotes will not be accepted. Offers must be held firm for 120 calendar days. Inspection and acceptance will occur at destination by USCG personnel, requiring COC and traceability for all items.
Attachments
- Attachment 1 – Requirements: An Excel spreadsheet detailing parts, estimated quantities, and unit of issue for the base and option years. Bidders must use this for pricing.
- Attachment 2 – Terms and Conditions: Outlines all applicable clauses, provisions, and terms, including instructions to offerors and evaluation criteria.