PURCHASE DRESS COVER SITTING
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), through its Aviation Logistics Center (ALC), is soliciting quotations for the purchase of Dress Cover Sitting for its HC144 aircraft. This requirement is set aside for Total Small Businesses. The solicitation is issued as a Request for Quotation (RFQ) for commercial items. Quotations are due by February 28, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
The USCG requires 17 each Dress Cover Sitting (NSN: 1560-01-HS2-7680, P/N: ASP01361A1CA). An option exists under FAR clause 52.217-6 for the purchase of up to an additional 17 units, bringing the maximum potential quantity to 34. All items must demonstrate clear traceability to the Original Equipment Manufacturer (OEM), GEVEN SPA (CAGE Code A1341), and offerors must provide documentation proving their status as an authorized distributor. A Certificate of Conformance (COC) is required in accordance with FAR clause 52.246-15. No drawings, specifications, or schematics are available from the USCG.
Contract Details
This will result in a firm-fixed price purchase order awarded as a Total Small Business Set-Aside. The applicable NAICS code is 336413 (Aircraft Manufacturing), with a small business size standard of 1250 employees. Delivery is required to Elizabeth City, NC, within ninety (90) days after receipt of order (ARO), with early and partial deliveries being desired and acceptable. Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted; Ex Works (EXW) or Incoterms 2020 (DAP, FCA) are not permitted.
Submission & Evaluation
Quotations must be signed and dated, including the solicitation number (70Z03826QL0000069), offeror's contact information, Unique Entity Identifier (UEI), and Electronic Funds Transfer (EFT) indicator. Offers must include information necessary for evaluation per FAR provision 52.212-2, responses to information/representation/certification requirements, and a statement of agreement with all terms and conditions. Offers must remain firm for 60 calendar days. Award will be made to the lowest priced, technically acceptable offeror representing the best value to the Government, based on the ability to provide new manufactured commercial items. The Government intends to award without discussions but reserves the right to conduct them.
Key Dates & Contact
- Response Due: February 28, 2026, at 4:00 p.m. Eastern Time
- Published Date: February 18, 2026
- Contact: Debra Heath (debra.w.heath@uscg.mil). Email quotations are preferred; indicate solicitation number 70Z03826QL0000069 in the subject line.