This is a solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.201 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03826QE0000012 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO).
The applicable North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1250 employees. This solicitation is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency.
IAW FAR 6.103-1(b), the United States Coast Guard (USCG), Aviation Logistics Center (ALC) plans to award one (1) purchase order with the Original Equipment Manufacturer (OEM) Airbus Helicopters, Inc. (CAGE Code 3GSZ1) as the only known source of supply. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
Only the brand-name items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Airbus DS Military Aircraft Inc. (CAGE Code 3GSZ1). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts.
It is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis for the items listed in the attached Schedule of Supplies.
The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer prior to award. An example of acceptable traceability documentation would be a quote from the OEM with pricing information redacted.
Parts must be approved IAW Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation.
Please carefully review this solicitation’s attachments for additional information on this requirement such as instructions to offerors, evaluation criteria, and applicable clauses:
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAIABLE FROM THE USCG.
The closing date and time for receipt of offers is January 19, 2026 at 4:30 p.m. Eastern Time.
Anticipated award date is on or about January 23, 2026. Email quotations are preferred and may be sent to Denise.J.Bulone@uscg.mil. Please indicate 70Z03826QE0000012 in the subject line.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The US Coast Guard is soliciting quotations for various items related to H-65 helicopters, emphasizing the need for brand-name items only. Respondents must demonstrate clear traceability to the OEM Airbus Helicopters, Inc. The RFQ is unrestricted, but bidders must be prepared to provide extensive documentation, including certificates of conformance and traceability to ensure compliance with FAA standards.
Acquire specific brand-name components for H-65 helicopters, ensuring all parts meet OEM and FAA standards for safety and reliability.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.