Skip to content
Department of Homeland Security

Retainer, Boot and Pressure Gauge

Solicitation: 70Z03826QJ0000060
Notice ID: 7bd6c4ee3ac54757b2015467c36a631a
TypeSpecial NoticeNAICS 336413PSC1560Set-AsideNONEDepartmentDepartment of Homeland SecurityAgencyUs Coast GuardPostedFeb 17, 2026, 12:00 AM UTCDueMar 04, 2026, 07:00 PM UTCCloses in 6 days

Special Notice from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: United States. Response deadline: Mar 04, 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
$403,660,855
Sector total $21,000,300,080 • Share 1.9%
Live
Median
$97,013
P10–P90
$29,504$915,141
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.9%
share
Momentum (last 3 vs prior 3 buckets)
+3569%($382,242,775)
Deal sizing
$97,013 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 →

Description

A00001 This notice is extended from 02/17/2026 to 03/04/2026. 

NOTICE OF INTENT TO AWARD A SOLE SOURCE BOA CALL: The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Procurement Division intends to solicit and negotiate with only one source, the Original Equipment Manufacturer (OEM) – Sikorsky Aircraft Corporation (Cage Code 78286), under Basic Ordering Agreement SPE4A1-22-G-0005 for the items listed in Attachment 1. In accordance with FAR 12.102 (a), the items listed in Attachment 1 are available from only one source. The North American Industry Classification System Code (NAICS) is 336413 with a size standard of 1,250 Employees. The Product Service Code (PSC) is 6685. The small business set aside has been dissolved. This requirement is unrestricted. Delivery is requested within two hundred (200) days after the receipt of order (ARO). The USCG desires early deliveries therefore early shipments are encouraged at no additional cost to the Government. F.O.B. point is Origin. Inspection and Acceptance under this contract will be performed at origin by Defense Contract Management Agency (DCMA). Solicitation number 70Z03826QJ0000060 is assigned for tracking purposes only. No solicitation package will be issued. This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a quotation to Cindy.K.Harmes@uscg.mil and mrr-procurement@uscg.mil with 70Z03826QJ0000060 in the subject line which will be considered by the agency if received no later than 2:00 P.M., (EST) on 04 March 2026. A determination by the Government not to compete the proposed procurement based upon the responses to this notice is solely within the discretion of the Government. Award will be made upon determination of fair and reasonable pricing.

  1. See Attachment 1 – “List of Items - 70Z03826QJ0000060”
  2. See Attachment 2 – “Redacted J and A – 70Z03826QJ0000060”

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services). 

Contracting officers will not consider the following representations when making award decisions or enforce requirements:

  • Paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services;
  • Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services. 
  • Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services; and
  • Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

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.