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, Aviation Logistics Center (ALC), under the Department of Homeland Security, is soliciting quotations for Various Spare Parts for the MH65E Helicopter. This is an unrestricted, full and open competitive requirement, anticipating multiple Indefinite Delivery Requirements Contracts (IDRQ) with firm-fixed pricing. Quotations are due by March 30, 2026, at 3:15 pm EST.
Scope of Work
This solicitation seeks to procure a wide range of new, FAA-approved spare parts for the MH65E Helicopter. The requirement emphasizes quality and safety of flight, mandating the use of airworthy commercial or standard military specifications. Bidders can propose on any number of line items.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Indefinite Delivery Requirements Contract (IDRQ), Firm-Fixed Price
- Duration: One (1) base year and four (4) one-year option periods, totaling five (5) years.
- Set-Aside: Unrestricted (Full and Open Competitive)
- NAICS: 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing)
- Small Business Size Standard: 1,250 employees
- Quotation Due: March 30, 2026, at 3:15 pm EST
- Published: March 20, 2026
Key Requirements
Offerors must provide new, FAA-approved parts with a Certificate of Conformance (COC) per FAR 52.246-15. Traceability to the Original Equipment Manufacturer (OEM) or an authorized distributor is mandatory, 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, and are approved by SRR Engineering prior to award. No substitute parts will be considered. The government reserves the right to make single or multiple awards, or no award, based on the lowest cost to the government, including an assumed $500 administrative cost per contract.
Evaluation Criteria
Award will be based on a Lowest Price Technically Acceptable (LPTA) process. Technical acceptability requires the provision of new manufactured commercial items approved by the OEM or an OEM-authorized distributor, including a CoC and OEM traceability. Past performance will be assessed on relevant performance, quality, delivery, compliance, and customer satisfaction. Price will be evaluated for fairness and reasonableness, with FOB Destination preferred.
Amendments & Important Notes
- Amendment 3 (March 20, 2026): Added CLIN 4187 to option period 4 of the schedule of supplies.
- Amendment 2 (March 18, 2026): Clarified that multiple awards are possible and vendors can propose on partial line items; corrected Line Items 0096 and 0346.
- Amendment 1: Corrected Attachment 1 - Schedule of Supplies/Services.
- No drawings, specifications, or schematics are available from the agency.
Submission Instructions
Quotes and questions must be submitted via email to Livia.M.Pippen@uscg.mil. The subject line must include solicitation number 70Z03826RB0000009.