Skip to content
Department of Homeland Security

Notice of Intent to Award to Sole Source BOA

Solicitation: 70Z03826QB0000048
Notice ID: 70be382b27cd4995b05b09fd86125c3a

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Feb 13, 2026. Industry: NAICS 336413 • PSC 1630.

Market snapshot

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

12-month awarded value
$346,979,088
Sector total $20,341,046,444 • Share 1.7%
Live
Median
$101,075
P10–P90
$29,503$917,356
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)
+3040%($325,561,008)
Deal sizing
$101,075 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
Selmary Melendez
Email
Selmary.MelendezGonzalez3@uscg.mil
Phone
Not available
Name
Raymond V. Marler
Email
raymond.v.marler@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 Part 12, 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 70Z03825QB0000048 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 is a restricted requirement with intent to award to Basic Ordering Agreement (BOA) SPE4A1-25-G-0020.  All responsible sources may submit a quotation which shall be considered by the agency.   

It is anticipated that a firm-fixed price delivery order shall be awarded on a Sole Source basis to Meggitt Aircraft Braking Systems Corporation (Cage Code: 0B9R9) as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Meggitt Aircraft Braking Systems Corporation (Cage Code: 0B9R9). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from the OEM or an OEM approved source. 

See attached documents titled:  

“Requirements – 70Z03826QB0000048,”  

“Terms and Conditions – 70Z03826QB0000048” and 

“Redacted J and A – 70Z03826QB0000048”

It is the Government's belief that Meggitt Aircraft Braking Systems is the only known source to provide traceability and genuine OEM parts with the packaging requirements stated in the Component Maintenance Manual (CMM). 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.  

Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew.  Best value to the Government is always the goal, but without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from 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 13 February 2026 at 9:00 am EST.  Quotes and questions shall be submitted by email to selmary.melendezgonzalez3 @uscg.mil. Please indicate solicitation 70Z03826QB0000048 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.