PURCHASE ANNUNCIATOR, MAST WA; LIGHTED PANELS; PUSH BUTTON, LIGHTED.
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) has issued a Special Notice of Intent to Award a sole-source contract to AIRBUS DS MILITARY AIRCRAFT, INC for the purchase of specific spare parts for the HC-144 Aircraft. While the intent is to award sole-source, other capable vendors are invited to submit capability information by July 25, 2025.
Purpose & Scope
This notice (Solicitation Number 70Z03825QL0000123) is for the procurement of critical spare parts for the HC-144 Aircraft. The required items include:
- Two (2) Annunciator, Mast WA (NSN: 6340-HS3-7754, P/N: GRB75-3A-E3-6-2-INVG*)
- Three (3) Lighted Panel, IFF (NSN: 1680-01-HS3-3934, P/N: SC410834A)
- Three (3) Push Button, Lighted (NSN: 5930-01-HS3-1022, P/N: 110VF+100F21KJBZR) All items must demonstrate clear traceability to the Original Equipment Manufacturer (OEM), which is AIRBUS DS MILITARY AIRCRAFT, INC (CAGE Codes 0117B/0DAF1).
Contract Details
- Type: Intent to Award Sole Source Purchase Order.
- Set-Aside: Unrestricted.
- NAICS Code: 336413 (Aircraft Manufacturing), with a small business size standard of 1,250 employees.
- Product Service Code (PSC): 6340 (Aircraft Alarm And Signal Systems).
- Contracting Office: USCG, ALC, MRS, Elizabeth City, NC.
- Shipping Terms: F.o.b. Destination is preferred. F.o.b. Origin is accepted, with shipping costs reimbursed separately. Ex Works (EXW) terms will not be accepted.
- Inspection & Acceptance: Material inspection and acceptance will occur at the destination by local USCG personnel. A Certificate of Conformance (COC) or equivalent, along with full and clear traceability, is required for all items.
Submission & Evaluation
The Government's belief, supported by a Justification for Other Than Full and Open Competition, is that AIRBUS DS MILITARY AIRCRAFT, INC is the only source with the required proprietary technical and engineering data. This justification is based on 10 U.S.C. § 3204(a)(1) for "only one responsible source." However, concerns possessing the expertise and capabilities to provide these parts are invited to submit complete information discussing their ability to meet the requirements. Submissions must demonstrate clear traceability to the OEM. Vendors who do not meet the capability requirement will not be considered. The notice will not be extended for capability determination or SAM.gov registration. Offers, questions, and comments must be submitted via email only. Offers must be held firm for 60 calendar days. Evaluation will prioritize Technical Acceptability (requiring OEM-sourced items with traceability) over Price.
Deadlines & Contact
- Closing Response Date: July 25, 2025, at 4:00 pm EST.
- Published Date: July 17, 2025.
- Primary Point of Contact: Debra W. Heath (debra.w.heath@uscg.mil). Please include solicitation number 70Z03825QL0000123 in the subject line.