Strut A/C DIAG. R/H
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) has issued a combined synopsis/solicitation (RFQ 70Z03826QJ0000130) for the sole-source acquisition of Strut A/C DIAG. R/H (NSN: 1560-01-379-0341, P/N: 100838-4). This requirement is for a firm-fixed price purchase order, with an anticipated award date of April 1, 2026. Quotations are due by March 25, 2026, at 2:00 pm EDT.
Opportunity Details
This solicitation seeks four (4) units of the specified strut, with an option for the USCG to acquire an additional four (4) units within 365 days of the initial award, for a potential total of eight (8) units. The requested delivery date for the initial quantity is September 1, 2026. The item is a replacement part for the MH-60T aircraft, crucial for routine maintenance. The applicable NAICS code is 336413 (Aircraft Engine and Engine Parts Manufacturing) with a small business size standard of 1,250 employees.
Sole-Source Justification
This is an unrestricted requirement but is being procured on a sole-source basis from BAE Systems Land & Armaments L.P. (Cage Code 54786), the Original Equipment Manufacturer (OEM). A Justification for Other Than Full and Open Competition (J&A) confirms that BAE Systems owns all rights to the technical data, and the item is complex, requiring unique production techniques. It is the only part approved by the USCG's Aircraft Configuration Control Board for the MH-60T helicopter. Offerors must provide clear traceability to the OEM. No drawings, specifications, or schematics are available from the agency.
Requirements & Evaluation
Bidders must furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15, demonstrating traceability to the manufacturer. Evaluation for this sole-source acquisition will primarily focus on fair and reasonable pricing. Attachment 1, "Terms and Conditions," details all applicable FAR and HSAR clauses, instructions, and evaluation criteria, including security prohibitions, quality assurance, packaging, shipping, and invoicing requirements.
Submission Instructions
Quotations must be submitted via email to Riley.A.Ayers@uscg.mil and MRR-PROCUREMENT@uscg.mil by the deadline. The subject line of the email must include "70Z03826QJ0000130".