Skip to content
Department of Homeland Security

MH-65 Pinion, Sprocket

Solicitation: 70Z03826QB0000029
Notice ID: 671f0f2ca9a24668be97bb7f257c7b69

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Jan 09, 2026. Industry: NAICS 336413 • PSC 3020.

Market snapshot

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

12-month awarded value
$352,849,706
Sector total $20,448,118,707 • Share 1.7%
Live
Median
$99,750
P10–P90
$29,564$937,663
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)
+3095%($331,431,626)
Deal sizing
$99,750 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
Alisha Colson
Email
Alisha.M.Colson@uscg.mil
Phone
Not available
Name
Selmary Melendez
Email
Selmary.MelendezGonzalez3@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 12.6 and part 13, 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 70Z03826QB0000029 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 Effective October 01, 2025.

The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a restricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. 

It is anticipated that a firm-fixed price purchase order shall be awarded on a Sole Source basis to Breeze Eastern LLC as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Breeze Eastern LLC (Cage Code: 08484). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM approved source.

See attached documents titled:

“Requirements – 70Z03826QB0000029,”

“Terms and Conditions – 70Z03826QB0000029” and

“Redacted J and A – 70Z03826QB0000029”.

52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored as follows:

The Government may increase the quantity of supplies called for in the Schedule, for Line Item 1 by up to a quantity of four (4), at the unit price specified, up to a maximum quantity of eight (8). The Contracting Officer may exercise the option by written notice to the Contractor within one calendar year after Purchase Order award.  Delivery of the added items shall continue at the same rate as the like items call for under the Purchase Order, unless the parties otherwise agree.

***Please note that if the USCG chooses to exercise any optional quantity modification, such modifications will be issued unilaterally to the contractor.

(End of Clause)

It is the Government's belief that Breeze Eastern LLC is the only known source to provide traceability and genuine OEM parts. 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.

Newly manufactured commercial items will only be procured from sources able to provide a Certificate of Conformance (COC).  The Federal Aviation Regulation, Part 21, and Federal Acquisition Regulation (FAR) clause 52.246-15 outline these certification procedures. 

NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED.  ONLY NEW PARTS WILL BE ACCEPTED.

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

Closing date and time for receipt of offers is 09 January 2026 at 10:00 am EST.  Quotes and questions shall be submitted by email to Alisha.M.Colson@uscg.mil. Please indicate solicitation 70Z03826QB0000029 in the subject line.  Phone call quotes WILL NOT be accepted.

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.