Pilot Corner Cir BR
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 seeking quotations for the manufacture of Pilot Corner Cir BR aircraft parts (NSN: 1560-01-HS1-9498, Part Number: 1016M60T100-10). This is an unrestricted Request for Quotation (RFQ), with an anticipated firm-fixed price purchase order award. Quotations are due by March 27, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will manufacture aircraft parts to support the USCG ALC's Programmed Depot Maintenance (PDM) efforts. This includes providing all necessary materials, labor, tooling, and facilities, with manufacturing to be performed in accordance with specified ALC Drawing Numbers. The work will take place at the contractor's facility or a USCG-approved facility.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QJ0000087
- Anticipated Award: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted (All responsible sources may submit)
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing)
- Small Business Size Standard: 1,250 employees
- First Article Testing: Required for offerors who have not successfully passed a Form, Fit, Function (FFF) test, per FAR 52.209-4. CLIN 1 (First Article) must be approved before proceeding with CLIN 2 (Production Buys).
- Certifications: Certificate of Conformance (COC) required per FAR 52.246-15. Quality system compliant with ISO 9001-2000 or equivalent.
Evaluation Criteria
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be evaluated based on the ability to manufacture the specified items and proof of active Joint Certification Program (JCP) certification. Price will be assessed for fairness and reasonableness.
Key Requirements & Attachments
- Access to Drawings: Requires DLA JCP registration and completion of DHS Form 11000-6 Non-Disclosure Agreement (NDA). Documents are released only to U.S. businesses.
- Government Furnished Property (GFP): Includes specific NSNs and Part Numbers for Bus Bar, Conductor, and Pilot Corner Circuit Breaker.
- Delivery: F.O.B. Destination is requested. Delivery timelines vary by CLIN (CLIN 1: 60 days ARO; CLIN 2: 30 days after CLIN 1 FFF approval; CLIN 3: 60 days ARO).
- Attachments:
- Attachment 1: Schedule with First Article (for offerors requiring FFF test)
- Attachment 2: Schedule (for offerors who have passed FFF test)
- Attachment 3 (Revised): Statement of Work
- Attachment 4 (Revised): Terms and Conditions (includes FAR clauses, evaluation, security prohibitions)
- Attachment 5: DHS Form 11000-6 Non-Disclosure Agreement
Timeline & Submission
- Quotations Due: March 27, 2026, at 2:00 PM EDT
- Anticipated Award Date: On or about March 31, 2026
- Submission: Email quotations to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil. Indicate solicitation number 70Z03826QJ0000087 in the subject line.