Various Spare Parts for the MH65E Helicopter
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 proposals for various new spare parts for the MH65E Helicopter. This is an unrestricted Request for Quotation (RFQ) 70Z03826RB0000009, anticipating the award of multiple Indefinite Delivery Requirements Contracts (IDRCs) with firm-fixed pricing. Proposals are due March 30, 2026, at 3:15 PM EST.
Scope of Work
This opportunity requires the provision of new, FAA-approved, airworthy commercial or standard military specification spare parts for the MH65E Helicopter. Offerors must furnish a Certificate of Conformance (CoC) in accordance with FAR clause 52.246-15 and provide full traceability to the Original Equipment Manufacturer (OEM). Non-OEMs or unauthorized distributors must demonstrate traceability with a maximum of two exchanges prior to USCG delivery. Alternate parts are authorized if approved under the NATO catalog system, meet form, fit, and function requirements, and receive prior approval from SRR Engineering. NO SUBSTITUTE PARTS WILL BE CONSIDERED; ONLY NEW PARTS WILL BE ACCEPTED.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award: Multiple Indefinite Delivery Requirements Contracts (IDRCs), Firm-Fixed Price
- Period of Performance: Five (5) years total (one base year and four one-year option periods)
- Set-Aside: Unrestricted
- NAICS Code: 336413 (Aircraft Parts and Auxiliary Equipment Manufacturing)
- Published Date: March 6, 2026
- Proposal Due Date: March 30, 2026, 3:15 PM EST
Evaluation Factors
Award will be made using a Lowest Price Technically Acceptable (LPTA) methodology.
- Technical Acceptability: Evaluated based on the offeror's ability to provide new manufactured commercial items approved by the OEM or an OEM-authorized distributor, requiring a Certificate of Conformance (CoC) and OEM traceability.
- Past Performance: Assessed on relevant performance, quality, delivery schedules, contractual compliance, and customer satisfaction.
- Price: Evaluated for fairness and reasonableness, considering contract periods and escalation rates. FOB Destination is preferred. The Government reserves the right to make a single award, multiple awards covering different subsets of CLINs, or no award.
Submission Requirements
Quotes and questions must be submitted via email to Livia.M.Pippen@uscg.mil. The subject line must include the solicitation number 70Z03826RB0000009.
Attachments
- Attachment 1 - Schedule of Supplies: Details Contract Line Item Numbers (CLINs), part numbers, estimated quantities, and pricing structure for various items, including flight-critical indicators and option year pricing.
- Attachment 2 - Provisions, Clauses, and Terms and Conditions: Outlines the comprehensive contractual terms, conditions, provisions, and clauses applicable to the solicitation, including evaluation criteria and compliance obligations.