Procurement of Various Spare Parts
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: United States. Response deadline: Mar 04, 2026. Industry: NAICS 336413 • PSC 1680.
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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, 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 70Z03826QB0000056 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. 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 Airbus Helicopters, Inc. (AHI) as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Airbus Helicopters, France (Cage Code: F0210). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM approved source.
See attached documents titled:
“Requirements – 70Z03826QB0000056,”
“Terms and Conditions – 70Z03826QB0000056” and
“Redacted J and A – 70Z03826QB0000056”.
52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored
as follows:
For Line Item 1, the Government may increase the quantity of supplies called for in the Schedule, by up to a quantity of Five (5), at the unit price specified, up to a maximum quantity of Nine (9). For Line Item 2, the Government may increase the quantity of supplies called for in the Schedule, by up to a quantity of Two (2), at the unit price specified, up to a maximum quantity of Four (4). 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 AHI 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.
Alternate part numbers will be accepted. 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 4 March 2026 at 10:00 am EST. Quotes and questions shall be submitted by email to Raymond.V.Marler@uscg.mil. Please indicate solicitation 70Z03826QB0000056 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.
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.