Repair Indicator, Blade
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 31, 2026. Industry: NAICS 488190 • PSC J016.
Market snapshot
Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 488190
Description
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 70Z03826QJ0000100 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 Blade, Indicator on a competitive basis as a result of this synopsis/solicitation. Pricing should be provided on Attachment 1 – Schedule-70Z03826QJ0000100.
At the time of award, the United States Coast Guard (USCG) intends to have ten (10) repairs completed for the components specified in the schedule. The USCG may require ten (10) additional components repaired for a maximum quantity of twenty (20) components repaired at the same price and same turnaround 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.
Concerns that have the expertise and required capabilities to repair this item are invited to submit offers in accordance with the requirements stipulated in this solicitation.
Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded 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. Items will only be repaired by sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance (COC) and traceability to the OEM.
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-70Z03826QJ0000100”
ATTACHMENT 2–“STATEMENT OF WORK-70Z03826QJ0000100”
ATTACHMENT 3 -“TERMS AND CONDITIONS – 70Z03826QJ0000100” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA
ATTACHMENT 4 -“WAGE DETERMINATION CONNECTICUT-70Z03826QJ0000100”
ATTACHMENT 5 -“WAGE DETERMINATION NEW YORK-70Z03826QJ0000100”
ATTACHMENT 6 -“WAGE DETERMINATION FLORIDA-70Z03826QJ0000100”
ATTACHMENT 7 -“WAGE DETERMINATION ARIZONA-70Z03826QJ0000100”
Closing date and time for receipt of offers is 3/31/2026 at 2:00PM Eastern Daylight Time. Anticipated award date is on or about 4/2/2026. E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000100 in subject line.
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.