Terminal Junction
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 seeking quotations for Terminal Junctions (NSN 5940-01-419-4942, P/N 592836-1). This is a 100% Total Small Business Set-Aside opportunity for a firm-fixed price purchase order. Quotations are due by March 18, 2026, at 2:00 PM EDT.
Opportunity Details
- Solicitation Number: 70Z03826QJ0000120
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items (FAR subpart 12.201)
- Agency: Department of Homeland Security, US Coast Guard, Aviation Logistics Center (ALC)
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a small business size standard of 1,250 employees.
- Set-Aside: 100% Total Small Business Set-Aside.
Scope of Work
The requirement is for fifty-two (52) each of Terminal Junctions, specifically National Stock Number (NSN) 5940-01-419-4942, Part Number (P/N) 592836-1 (Manufacturer Cage: 00779, TE Connectivity) or Alternate P/N MRTB20E04-699 (Manufacturer Cage: 14283, Amphenol Optimize Manufacturing Co.).
All items must have clear traceability to the Original Equipment Manufacturer (OEM). A Certificate of Conformance (COC) in accordance with FAR clause 52.246-15 is required, demonstrating traceability to the manufacturer. Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer. No drawings, specifications, or schematics are available from the agency.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Quantity: 52 each
- Requested Delivery Date: May 26, 2026
- Quotation Due Date: March 18, 2026, at 2:00 PM Eastern Daylight Time
- Anticipated Award Date: On or about March 20, 2026
- Published Date: March 11, 2026
Evaluation Criteria
Award will be made on a "lowest priced, technically acceptable" basis. Evaluation will specifically consider OEM traceability for the specified parts. Offerors must provide pricing, including any quantity or prompt payment discounts. The solicitation incorporates FAR clauses 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation), along with numerous other FAR and HSAR clauses by reference.
Key Requirements for Bidders
- Traceability: Clear, complete, documented, and auditable paper trail from OEM to current location.
- Certifications: Offerors must provide necessary certifications, including traceability to the manufacturer, manufacturer's COC, and their own certificate of conformance.
- Quality Assurance: Specific requirements for products touching USCG aircraft, including immediate notification of issues, contractor quality control manual details, and government inspection rights.
- Packaging & Shipping: Detailed instructions for packaging (e.g., no popcorn, shredded paper) and shipping to the USCG Aviation Logistics Center.
- Invoicing: Instructions for submitting invoices, requiring active SAM status and electronic payment.
Submission Instructions
E-mail quotations to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include "70Z03826QJ0000120". Bidders must carefully review "Attachment 1 - Terms and Conditions" for applicable clauses, instructions, and evaluation criteria.