Purchase Prop, Lanyard & Pitot Cover System for U.S. Coast Guard Aircraft HC-27J
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 issuing a Request for Quotation (RFQ) for the purchase of Prop. Lanyard and Pitot Cover Systems for its HC-27J aircraft. This is a solicitation for commercial items, with an anticipated firm-fixed price purchase order awarded on a sole source basis to Sesame Technologies Inc., the Original Equipment Manufacturer (OEM). Quotations are due by February 16, 2026, at 4:00 p.m. Eastern Time.
Scope of Work
The solicitation seeks six (6) each of Prop. Lanyard (NSN: 1680-01-HS3-1896, P/N: C27-PL) and six (6) kits of Pitot Cover System (NSN: 1680-01-HS3-0327, P/N: KPLK-C27). All items must demonstrate clear traceability to the OEM, Sesame Technologies Inc. (CAGE Code: 0P9C7). These parts are critical for the C27J aircraft, replaced during inspection due to corrosion/damage.
Contract & Timeline
- Type: Request for Quotation (RFQ), anticipated Firm-Fixed Price Purchase Order.
- NAICS: 336413 (Miscellaneous Aircraft Accessories And Components), Small Business Size Standard: 1250 employees.
- Set-Aside: This is a restricted requirement, with an anticipated sole source award to Sesame Technologies Inc. However, all responsible sources may submit a quotation for consideration.
- Response Due: February 16, 2026, 4:00 p.m. ET.
- Published: February 10, 2026.
- Delivery: Required within sixty (60) days after receipt of order (ARO). Early and partial deliveries are desired.
- F.O.B. Point: Destination. Only F.O.B. Destination or F.O.B. Origin shipping terms will be accepted.
Evaluation
Award will be based on the lowest priced, technically acceptable offer. Technical acceptability will be determined by the offeror's ability to provide new manufactured commercial items. The government anticipates a sole source award to Sesame Technologies Inc. due to their OEM status and proprietary rights to technical data, making it uneconomical to acquire from other sources. However, quotations from all responsible sources will be considered. A Certificate of Conformance (COC), IAW FAR clause 52.246-15, is required.
Additional Notes
No drawings, specifications, or schematics are available from the USCG. Offers must include the solicitation number, offeror's details, UEI, EFT indicator, and a statement of agreement with terms. Email quotations are preferred and should be sent to Allison.T.Meads@uscg.mil, with the solicitation number (70Z03826QW0000050) in the subject line. The solicitation incorporates numerous FAR and HSAR clauses by reference.