This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 70Z03826QJ0000053 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 Standard Code is 336413. The small business size standard is 1,250. This solicitation is 100% Set-Aside for Small Business. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the following items:
Nomenclature: Angle
National Stock Number (NSN): 5340-01-HS1-7808
Part Number (P/N): 70201-21002-140
(Alternate P/N): PMT-70201-21002-140
Quantity: ten (10) each
*(Optional Quantity: up to an additional ten (10) each)
Requested Delivery Date: 06/18/2026
At the time of award, the USCG intends to place an order for the purchase of ten (10) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require ten (10) additional items for a maximum quantity of twenty (20) at the same price and lead time as the original order, for up to three hundred and sixty-five (365) days after the initial award date.
***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor.
All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation (Cage Code 78286) or Pryer Aerospace, LLC (Cage Code 7GK59). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.
The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. 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 to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.
All parts shall be NEW approved parts.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000053” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
Closing date and time for receipt of offers is 1/9/2026 at 2:00 p.m. Eastern Time. Anticipated award date is on or about 1/14/2026. E-mail quotations may be sent to Austin.R.Ivins@uscgmil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000053 in the subject line.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.