USCG C-130J Cargo Tie Downs
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 Aviation Logistics Center (ALC) is soliciting quotes for C-130J Cargo Tie Downs (P/N SP4246-15, NSN 1670-01-442-7680). This is an unrestricted, brand-name, firm-fixed-price Request for Quotation (RFQ) under solicitation number 70Z03826QH0000030. The deadline for offers has been extended to February 25, 2026, at 12:00 PM EST.
Scope of Work
This opportunity is for the procurement of 16 units of "Tie Down, Cargo A/C" (NSN 1670-01-442-7680, Part Number SP4246-15). The requirement is for a specific brand-name product from Breeze Eastern LLC, the Original Equipment Manufacturer (OEM). A Justification for Other Than Full and Open Competition (JOFOC) confirms this is due to the items being peculiar to the manufacturer, essential for government requirements, and the only product approved by the USCG's Aircraft Configuration Board for the HC-130J, citing unacceptable safety risks with unauthorized sources. Delivery is requested by March 15, 2026, to Elizabeth City, NC. An optional quantity may apply per FAR 52.217-6.
Contract & Timeline
- Type: Firm-Fixed-Price Purchase Order (Combined Synopsis/Solicitation - RFQ)
- Set-Aside: Unrestricted
- NAICS: 336413 (Aircraft Manufacturing, 1,250 employees small business size standard)
- Response Due: February 25, 2026, 12:00 PM EST
- Published: February 20, 2026 (Amendment)
- Place of Performance: Elizabeth City, NC 27909
Evaluation & Submission
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability is a go/no-go factor. Offerors must provide their Company Name, CAGE Code (registered in SAM.gov), any applicable GSA/BPA/Other Govt. Contract information, unit prices for base and optional quantities, and lead time. F.O.B. Destination is requested, but F.O.B. Origin will be considered if specified with estimated shipping costs. Quotes and questions must be submitted via email to jeremy.a.wood@uscg.mil. Phone calls will not be accepted.
Key Clauses & Conditions
Bidders must review and comply with numerous Federal Acquisition Regulation (FAR) clauses, many with deviations, covering areas such as ethics, SAM registration, Buy American Act, Trade Agreements, cybersecurity, and prohibitions related to covered telecommunications equipment/services. The solicitation also details specific requirements for Quality Assurance, Packaging, Marking, Shipping, Inspection, and Acceptance procedures. Offerors are required to make various representations and certifications.