Skip to content
Department of Homeland Security

CDU Spacer ASSY

Solicitation: 70Z03826QJ0000082
Notice ID: 4a06642528a64d4987e213ec67623482

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Feb 12, 2026. Industry: NAICS 336413 • PSC 1560.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$352,796,345
Sector total $20,447,912,679 • Share 1.7%
Live
Median
$99,875
P10–P90
$29,555$941,079
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3094%($331,378,265)
Deal sizing
$99,875 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NC
Live POP
Place of performance
Not listed
State: NC
Contracting office
Elizabeth City, NC • 27909 USA

Point of Contact

Name
Cindy Harmes
Email
Cindy.K.Harmes@uscg.mil
Phone
Not available
Name
MRR Procurement Mailbox
Email
mrr-procurement@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
AVIATION LOGISTICS CENTER (ALC)(00038)
Office
Not available
Contracting Office Address
Elizabeth City, NC
27909 USA

More in NAICS 336413

Description

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 70Z03826QJ0000082 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 employees. 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 items found on Attachment 1 – “Schedule with First Article – 70Z03826QJ0000082”, which is for any offeror that has not successfully passed a Form, Fit, Function (FFF) test. Attachment 2 – “Schedule – 70Z03826QJ0000082” is for any offeror that has successfully passed a FFF. The items on Attachment 1 – Schedule with First Article are subject to First Article Testing in accordance with (IAW) Federal Acquisition Regulation (FAR) 52.209-4.

At the time of award, the USCG intends to place an order for the purchase of five (5) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require five (5) additional items for a maximum quantity of ten (10) at the same price 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.

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.  

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. All parts shall be NEW approved parts.

Carefully read the solicitation’s attachments for additional information and requirements including delivery schedule, evaluation criteria, and applicable terms and conditions.

SEE ATTACHMENT 1 - “SCHEDULE with FIRST ARTICLE – 70Z03826QJ0000082”  
SEE ATTACHMENT 2 - “SCHEDULE– 70Z03826QJ0000082”
SEE ATTACHMENT 3 - “STATEMENT OF WORK – 70Z03826QJ0000082”
SEE ATTACHMENT 4 - “DHS FORM 11000-6 NON–DISCLOSURE AGREEMENT - 70Z03826QJ0000082”
SEE ATTACHMENT 5 - “TERMS AND CONDITIONS – 70Z03826QJ0000082” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
 

Closing date and time for receipt of offers is 2/12/2026 at 2:00PM Eastern Time. Anticipated award date is on or about 2/17/2026.  E-mail quotations may be sent to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000082 in the subject line.  
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.