Shoulder Harness
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), under the Department of Homeland Security, has issued a Combined Synopsis/Solicitation (RFQ #70Z03826QJ0000076) for the procurement of Shoulder Harnesses (NSN: 1680-01-221-2878, P/N: 0101716-03). This is an unrestricted requirement, open to all responsible sources. The USCG intends to award a firm-fixed price purchase order. Quotations are due by March 5, 2026, at 2:00 PM Eastern Time.
Scope of Work
The requirement is for fifty-eight (58) new Shoulder Harnesses, with an option for up to an additional fifty (50) items, totaling a maximum of one hundred and eight (108). Delivery is requested by May 10, 2026. All parts must be new, approved, and have clear traceability to the Original Equipment Manufacturer (OEM), Meggitt Safety Systems (Cage Code 25693). No alternate part numbers are accepted. A Certificate of Conformance (COC) is required, demonstrating airworthy condition and suitability for USCG aircraft.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- Set-Aside: Unrestricted.
- NAICS: 336413 (Small Business Size Standard: 1,250 employees).
- Response Due: March 5, 2026, 2:00 PM ET.
- Anticipated Award: On or about March 10, 2026.
- Published: February 25, 2026.
Evaluation & Requirements
Award will be made on a lowest priced, technically acceptable basis. Technical acceptability requires the ability to provide new manufactured commercial items directly from the OEM, Meggitt Safety Systems. Only the lowest priced offer will be evaluated for technical compliance initially. Offerors must provide pricing, including any quantity or prompt payment discounts. Specific instructions for packaging (no popcorn, shredded paper, Styrofoam, or peanuts) and shipping to the USCG Aviation Logistics Center are detailed. F.O.B. Destination is requested. Numerous FAR and HSAR clauses are incorporated by reference.
Submission Details
Quotations must be submitted via email to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. The solicitation number 70Z03826QJ0000076 must be indicated in the subject line. No drawings, specifications, or schematics are available from the agency.