Skip to content
Department of Homeland Security

Low Level Contr

Solicitation: 70Z03825QJ0000331
Notice ID: 879d191b3b4b4852bb74419ca555cfc3
TypeCombined Synopsis SolicitationNAICS 336413PSC6680DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedFeb 10, 2026, 12:00 AM UTCDueMar 03, 2026, 07:00 PM UTCCloses in 8 days

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 03, 2026. Industry: NAICS 336413 • PSC 6680.

Market snapshot

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

12-month awarded value
$352,796,345
Sector total $20,371,516,771 • 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
Tiffany Cherry
Email
Tiffany.R.Cherry2@uscg.mil
Phone
2068632026

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

A00013 - The response date for this combined synopsis/solicitation has been extended until March 03, 2026 at 2:00 PM EST.

A00012 - The response date for this combined synopsis/solicitation has been extended until February 10, 2026 at 2:00 PM EST.

A00011 - The response date for this combined synopsis/solicitation has been extended until February 3, 2026 at 2:00 PM EST.

A00010 - The response date for this combined synopsis/solicitation has been extended until January 13, 2026 at 2:00 PM EST.

A00009 - The response date for this combined synopsis/solicitation has been extended until December 22, 2025 at 2:00 PM EST.

A00008 - The response date for this combined synopsis/solicitation has been extended until December 1, 2025 at 2:00 PM EST.

A00007 - The response date for this combined synopsis/solicitation has been extended until November 10, 2025 at 2:00 PM EST.

A00006 - The response date for this combined synopsis/solicitation has been extended until October 22, 2025 at 2:00 PM EDT.

A00005 - The response date for this combined synopsis/solicitation has been extended until September 18, 2025 at 2:00 PM EDT.

A00004 - The response date for this combined synopsis/solicitation has been extended until August 22, 2025 at 2:00 PM EDT.

A00003 - The response date for this combined synopsis/solicitation has been extended until July 25, 2025 at 2:00 PM EDT.

A00002 - The response date for this combined synopsis/solicitation has been extended until July 1, 2025 at 2:00 PM EDT.

A00001 - The response date for this combined synopsis/solicitation has been extended until June 16, 2025 at 2:00 PM EDT.

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 70Z03825QJ0000331 is issued as a Request for Quotation (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 Effective January 17, 2025. 

The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 Employees. This is an unrestricted 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 will be awarded on a competitive basis as a result of this synopsis/solicitation for the following items:

Item Name: Low Level Contr
National Stock Number: 6680-01-337-0653
Part Number: 30052-000-01
Alternate Part Number: 70307-82802-103
Quantity: 8 EA
Manufacturer Cage Code: 78286, 89305
Requested Delivery: 11/10/2026 

At the time of award, the USCG intends to place an order for the purchase of eight (8) item(s).  IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require sixteen (16) additional items for a maximum quantity of twenty-four (24) at the same price and lead time 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.

All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Simmonds Precision Products INC (Cage Code 89305) or Sikorsky Aircraft Corporation (Cage Code 78286).  Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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.  

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.  Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.
All parts shall be newly manufactured commercial items. New Surplus shall be considered with approval from Medium Range Recovery (MRR) Engineering. 
If quoting new surplus items, photos of packaging and/or items must be included with quotation. 

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

SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03825QJ0000331” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.  

Closing date and time for receipt of offers is 03/03/2026 at 2:00 PM Eastern Time. Anticipated award date is on or about 03/10/2026.  E-mail quotations may be sent to Tiffany.R.Cherry2@uscg.mil. Please indicate 70Z03825QJ0000331 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.