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 US Coast Guard (USCG) is soliciting proposals for various spare parts for the MH65E Helicopter under an unrestricted combined synopsis/solicitation. This effort anticipates awarding multiple Indefinite Delivery Requirements Contracts (IDIQ) with firm-fixed pricing. The solicitation has been amended to correct specific line items in the Schedule of Supplies and clarify that vendors may submit proposals for any number of line items. Quotes are due by March 30, 2026, at 3:15 PM EST.
Scope of Work
This opportunity seeks to procure a wide range of spare parts for the MH65E Helicopter. All parts must be new, FAA-approved, and airworthy, with strict requirements for traceability to the Original Equipment Manufacturer (OEM) or an authorized distributor. Offerors who are not the OEM or an authorized distributor must provide a clear, documented, and auditable paper trail tracing each step from the OEM or distributor to its current location, with a maximum of two exchanges prior to USCG delivery. Alternate parts are authorized if they are approved under the NATO catalog system, satisfy all form, fit, and function requirements, and are approved by SRR Engineering prior to award. No substitute parts will be considered.
Contract & Timeline
- Type: Multiple Indefinite Delivery Requirements Contracts (IDIQ), Firm-Fixed Price
- Duration: One (1) base year and four (4) one-year option periods, not to exceed five (5) years total.
- Set-Aside: Unrestricted
- NAICS: 336413 (Aircraft Manufacturing)
- Response Due: March 30, 2026, 3:15 PM EST
- Published: March 18, 2026 (latest amendment)
Evaluation Factors
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability requires the offeror to provide new manufactured commercial items approved by the OEM or an OEM-authorized distributor, along with a Certificate of Conformance (CoC) and OEM traceability. Past performance and price reasonableness will also be assessed. The Government reserves the right to make a single award, multiple awards covering different subsets of CLINs, or no award. For multiple awards, an administrative cost of $500 per contract will be assumed for evaluation purposes.
Submission Requirements
Quotes and questions must be submitted via email to Livia.M.Pippen@uscg.mil. The solicitation number 70Z03826RB0000009 must be included in the subject line. Offerors must provide necessary certifications, including traceability to the manufacturer and their own CoC, to ensure parts are in airworthy condition. A CoC in accordance with FAR clause 52.246-15 is required.
Key Attachments
- Amendment 2 Attachment 1 Schedule of Supplies: Details specific items, quantities, and pricing structure, correcting previous versions.
- Attachment 2 Provisions, Clauses, and Terms and Conditions: Outlines contractual terms, evaluation criteria, and compliance obligations.