Purchase of Lamp Assy for the HC-144 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 (USCG) Aviation Logistics Center (ALC) is soliciting quotations for the purchase of 89 Lamp Assy units (P/N 0202615-001, NSN 6240-01-554-5263) for the HC-144 Aircraft. This is a Total Small Business Set-Aside issued as a Request for Quotation (RFQ) 70Z03826QL0000057. Quotations are due by January 28, 2026, at 4:00 p.m. ET.
Scope of Work
The requirement is for 89 new manufactured commercial "Lamp Assy" units. Key requirements include:
- Part Number: 0202615-001
- National Stock Number (NSN): 6240-01-554-5263
- Quantity: 89 EA
- Traceability: Clear, documented, and auditable traceability to the Original Equipment Manufacturer (OEM), Luminator Holding L.P. (Cage Code 0VDA9), is mandatory.
- Certification: A Certificate of Conformance (COC) is required in accordance with FAR clause 52.246-15.
- Packaging: Must be suitable for multi-modal shipment, individually packed and labeled, and free of specific packing materials (popcorn, shredded paper, Styrofoam, peanuts).
- Delivery: Required within 45 days After Receipt of Order (ARO) to the USCG Aviation Logistics Center in Elizabeth City, NC. Early and partial deliveries are desired.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ 70Z03826QL0000057)
- Anticipated Award: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a 1250-employee size standard.
- Response Due: January 28, 2026, at 4:00 p.m. Eastern Time
- Published Date: January 21, 2026
Submission & Evaluation
Quotations should be emailed to Stephanie.O.Reams@uscg.mil with "70Z03826QL0000057" in the subject line. Offers must include the solicitation number, offeror's details (name, address, UEI, EFT indicator), information for evaluation factors, completed representations and certifications, and agreement with terms and conditions. Evaluation will prioritize:
- Technical Acceptability: Rated acceptable/unacceptable based on the ability to provide new manufactured commercial items.
- Delivery/Lead Time: Offerors must state days ARO for delivery. USCG requires delivery within 90 days ARO, but 45 days ARO is preferred.
- Price: Evaluated for fairness and reasonableness. Award will be made to the offeror representing the best value to the Government.
Additional Notes
- Drawings/Specifications: No drawings, specifications, or schematics are available from the USCG.
- Shipping Terms: Only F.O.B. Destination or F.O.B Origin shipping terms will be accepted. Ex Works (EXW) or Incoterms 2020 (DAP, FCA) are not accepted.
- Invoicing: Electronic invoicing to ALC-Fiscal@uscg.mil is preferred.
- Offerors are advised to review all incorporated FAR and HSAR clauses, including those concerning prohibitions on certain telecommunications equipment and foreign-manufactured UAS.