Rod End Assy. Damper
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 Rod End Assy. Damper (NSN: 1615-01-089-0441, P/N: 70106-08104-041). This is an unrestricted Request for Quotation (RFQ) for commercial items, with the intent to award a firm-fixed price purchase order. Quotations are due by April 10, 2026, at 2:00 p.m. EDT.
Scope of Work
The requirement is for twelve (12) each of the specified Rod End Assy. Damper. All parts must be NEW and have clear traceability to the Original Equipment Manufacturer (OEM). "New Surplus" items may be considered with prior approval from MRR Engineering and submission of photos. A Certificate of Conformance (COC), in accordance with FAR clause 52.246-15, is mandatory, along with manufacturer's COC and certification of airworthiness for USCG aircraft.
Key Requirements & Deliverables
- Technical Acceptability: Offerors must provide manufacturer CAGE codes, ensure clear OEM traceability, and confirm all parts are NEW. "New Surplus" requires OEM traceability, MRR Engineering approval, and photos. A COC is mandatory.
- Delivery: Offerors must state delivery timelines, which will be evaluated based on confidence levels (High: <30 days ARO, Satisfactory: 31-60 days ARO, Low: 61+ days ARO). Requested delivery date is April 17, 2026.
- Price: Pricing must be provided, including any quantity or prompt payment discounts, and will be evaluated for fairness and reasonableness.
- Quality Assurance: Contractors must report non-conformities, supply changes, malfunctions, or suspect parts. A quality control manual addressing risk management, testing, inspection, and non-conforming products is required.
- Packaging & Shipping: Material must be packed and labeled for land, air, or sea shipment, avoiding prohibited materials like Styrofoam peanuts. Each part must be individually packed. Items are to be shipped to the USCG Aviation Logistics Center in Elizabeth City, NC.
- Documentation: Required documentation includes Certificate of Airworthiness (FAA Form 8130-3/8130-4 or EASA 1 Form), COC, and PMA documentation.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order
- Solicitation Type: Request for Quotation (RFQ)
- Solicitation Number: 70Z03826QJ0000097
- Set-Aside: Unrestricted
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing)
- Small Business Size Standard: 1,250 employees
- Place of Performance: Elizabeth City, NC (USCG Aviation Logistics Center)
Submission & Evaluation
Offers will be evaluated using a tradeoff process, with non-price factors being more important than price. Evaluation factors, in descending order of importance, are: 1) Technical Acceptability, 2) Delivery, and 3) Price. Invoicing requires active SAM.gov registration.
Timeline
- Published Date: April 1, 2026
- Quotation Due Date: April 10, 2026, at 2:00 p.m. Eastern Daylight Time
- Anticipated Award Date: On or about April 13, 2026
- Requested Delivery Date: April 17, 2026
Additional Notes
No drawings, specifications, or schematics are available from this agency. Offerors must review "ATTACHMENT 1 - TERMS AND CONDITIONS" for applicable clauses, instructions, and evaluation criteria. Quotations should be emailed to Cayce.A.Copley2@uscg.mil and MRR-PROCUREMENT@uscg.mil, with "70Z03826QJ0000097" in the subject line.