Navigate the lattice: hubs for browsing, trends for pricing signals.
This is a solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.201 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 70Z03826QL0000020 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 System (NAICS) code is 488190. The small business size standard is 1250 employees.
**It is anticipated that a firm-fixed price Purchase Order will be awarded on a Sole Source basis to GRIMES AEROSPACE - HONEYWELL (Cage Code 72914) as a result of this solicitation for the following items:
SCHEDULE OF SERVICES
Line Item 1
Nomenclature: LIGHT LNDG VIS/IR
(NSN): 6220-01-483-2342
(P/N): 50-0324-1
OEM CAGE Code: 72914
AIR-CRAFT: HC-144
Quantity 6
**NOTICE OF INTENT TO AWARD TO SOLE SOURCE
This Special Notice constitutes the only solicitation. Written solicitation will not be issued. Solicitation Number 70Z03826QL0000020 is issued as a Special Notice of Intent to Award to GRIMES AEROSPACE - HONEYWELL (Cage Code 72914) 550 STATE ROUTE 55URBANNA, OH 43078-9482 to repair LIGHT LNDG VIS/IR. In support of the HC-144 Aircraft Vendors may quote on the following:
All items must have clear traceability to the Original Equipment Manufacturer (OEM), GRIMES AEROSPACE - HONEYWELL (Cage Code 72914) and provide documentation showing they are an authorized distributor. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location
The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause.
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.
**Please carefully review this solicitation’s attachments for additional information and requirements such as applicable clauses and instructions to offerors:
Please note: Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. Shipping terms of Ex Works (EXW) or Incoterms 2020 (to include but not limited to DAP Incoterms 2020 and FCA, Incoterms 2020) will not be accepted.
The closing date and time for receipt of offers is 26 JAN 2026 at 4:30 p.m. Eastern Time. Email quotations are preferred and may be sent to Debra.w.heath@uscg.mil. Please indicate 70Z03826QL0000020 in the subject line.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.