Skip to content
Department of Homeland Security

Repair Motional Transducer

Solicitation: 70Z03826QJ0000049
Notice ID: 9f549d04f10b4557b5ab7b7deb8e0e94

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Jan 29, 2026. Industry: NAICS 488190 • PSC J016.

Market snapshot

Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.

12-month awarded value
$7,811,301
Sector total $1,173,350,178 • Share 0.7%
Live
Median
$29,302
P10–P90
$8,054$177,388
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.7%
share
Momentum (last 3 vs prior 3 buckets)
+39189%($7,771,638)
Deal sizing
$29,302 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
Julie Lininger
Email
julie.g.lininger@uscg.mil
Phone
Not available
Name
MRR Procurement Mailbox
Email
mrr-procurement@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 488190

Description

A00001 - The response date to this combined synopsis/solicitation has been extended until January 29, 2026 at 2:00 PM EST.

This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 70Z03826QJ0000049 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 488190.  The small business size standard is $40 million. 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 for repair of Transducer, Motional on a sole source basis as a result of this synopsis/solicitation.  Pricing should be provided on Attachment 1 – Schedule-70Z03826QJ0000049. 

The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) has the sole authority for approving sources for the procurement, repair, and overhaul of this item.  Responsible Contractors are limited to NAVSUP WSS approved sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement. Use of only these sources will ensure all parts are repaired to the Original Equipment Manufacturers (OEM) specifications.

The Original Equipment Manufacturer (OEM) of this item is Rosemount Aerospace, Inc (Cage Code 59885). All repairs shall be performed by the OEM.  Concerns that are NAVSUP WSS/OEM authorized and have the expertise and required capabilities to repair this item are invited to submit offers in accordance with the requirements stipulated in this solicitation. 

The contractor shall furnish a 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.  

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

Please carefully review the following attachments for additional information and requirements: 

ATTACHMENT 1-“SCHEDULE-70Z03826QJ0000049”
ATTACHMENT 2–“STATEMENT OF WORK-70Z03826QJ0000049”
ATTACHMENT 3 -“TERMS AND CONDITIONS – 70Z03826QJ0000049” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA 
ATTACHMENT 4 – “REDACTED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION – 70Z03826QJ0000049”
ATTACHMENT 5 -“WAGE DETERMINATION MINNESOTA-70Z03826QJ0000049”

Closing date and time for receipt of offers is 1/29/2026 at 2:00 PM Eastern Standard Time.   Anticipated award date is on or about 2/6/2026.  E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil.  Please indicate 70Z03826QJ0000049 in 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.