Skip to content
Department of Homeland Security

Engine Water Sample Testing for MH-65E aircraft

Solicitation: 70Z03826QB0000011
Notice ID: b18e13b557c84c26ae2620b19b9ef7bd
TypeCombined Synopsis SolicitationNAICS 541990PSCH999DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedFeb 26, 2026, 12:00 AM UTCDueMar 17, 2026, 05:30 PM UTCCloses in 19 days

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 17, 2026. Industry: NAICS 541990 • PSC H999.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$175,513,474
Sector total $5,861,896,401,379 • Share 0.0%
Live
Median
$51,221
P10–P90
$15,796$370,455
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($175,513,474)
Deal sizing
$51,221 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
Alex-Marie Midgett
Email
Alex-Marie.B.Midgett@uscg.mil
Phone
5716107299
Name
Raymond V. Marler
Email
raymond.v.marler@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 541990

Description

***The purpose of Amendment 3 is to respond to vendor questions.

Question: The Statement of Work lists the required parameters but does not specify the analytical methods to be used. Could you please clarify what specific analyses or method standards are required for this project?

Answer: There are no specific ways of testing or specific ISO reference for which the water samples must be tested with.

They can have the water analyzed by an accredited laboratory against the water-quality requirements listed in our Maintenance Manual, using standard ISO / ASTM methods for each of the following parameters: appearance, chloride, sulphate, sodium, hardness, conductivity at 25 °C, pH, and dry residue (total dissolved solids).

SAFRAN HE does not specify a precise test method, as long as parameters listed are measured.

Question: We would like to confirm whether the Government will be responsible for collecting all water samples, with the contractor responsible only for providing sample containers, outbound shipping of kits, receiving returned samples, and performing the laboratory analysis.

Answer: Yes, the government is responsible for all water sample collecting and the contractor is responsible for providing sample containers, outbound shipping of kits, receiving samples, performing laboratory analysis, providing documentation of specific test results, and sending out notifications.

Question:  Aspect / Appearance Testing Requirement: The Statement of Work requires reporting of “aspect” for water samples. The partners have indicated they do not perform a specific aspect/appearance analysis but can provide True Color testing (Standard Method SM 2120) as an alternative. Please confirm whether True Color testing is acceptable as a substitute for the aspect requirement.

Answer: The aspect / appearance test is solely a visual inspection of the appearance of the water sample ‘as is.’ No prior processing is required.

Question: Ash Testing Method: The laboratory has advised that ash testing is typically performed on solid samples. They proposed filtering solids present in the water sample and determining ash content from the filtered material. Please confirm whether this methodology would be acceptable under the SOW requirements.

Answer: There are no specific ways of testing or specific ISO reference for which the water samples must be tested with.

They can have the water analyzed by an accredited laboratory against the water-quality requirements listed in our Maintenance Manual, using standard ISO / ASTM methods for each of the following parameters: appearance, chloride, sulphate, sodium, hardness, conductivity at 25 °C, pH, and dry residue (total dissolved solids).

SAFRAN HE does not specify a precise test method, as long as parameters listed are measured.

Question: Laboratory Subcontracting / Third-Party Testing: Please confirm whether subcontracting laboratory testing services is permitted under this requirement, and if so, any specific FAR flow-down provisions, approval requirements, or limitations applicable to third-party laboratories.

Answer: Subcontracting is permitted and all applicable clauses in the terms and conditions flow down.

Question: Estimated Sample Volume / Frequency: To ensure accurate pricing and logistics planning, could you please provide an estimated annual sample quantity or expected testing frequency across USCG units and cutters?

Answer: This requirement is estimated to be approximately 100 annually. The frequency is expected to be sporadic as each air-station and cutter are on their own schedule.

Question: Reporting and Testing Method Standards: Please confirm if specific EPA, ASTM, or Standard Methods must be used for the required parameters (pH, conductivity, dissolved solids, ash, and aspect), or if equivalent validated methods are acceptable.

Answer: There are no specific ways of testing or specific ISO reference for which the water samples must be tested with.

They can have the water analyzed by an accredited laboratory against the water-quality requirements listed in our Maintenance Manual, using standard ISO / ASTM methods for each of the following parameters: appearance, chloride, sulphate, sodium, hardness, conductivity at 25 °C, pH, and dry residue (total dissolved solids).

SAFRAN HE does not specify a precise test method, as long as parameters listed are measured.

*** The purpose of Amendment 2 is to extend the closing date to March 17, 2026, at 1:30 pm EST to allow for research for a question posed by a vendor. 

*** The purpose of amendment 1 is to answer the following question.

QUESTION:

We would like to know if this is a brand new contract OR if there is (was) an incumbent performing these services.

If not brand new, could you please provide the current / previous contract number?

ANSWER:

This requirement is a follow-on for contract 70Z03821DB2000010.

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 70Z03826QB0000011 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 541990. The small business size standard is $19.5 million. This is an unrestricted solicitation.  All responsible sources may submit a quotation which shall be considered by the agency. 

The United States Coast Guard (USCG), Aviation Logistic Center (ALC), Elizabeth City, NC intends to award an Indefinite Delivery Requirements type contract on a full and open competitive basis for Engine Water Sample Testing for the MH-65E aircraft.  This requirement will be procured via issuance of individually funded task orders.  The anticipated period of performance will be five (5) years total, consisting of one (1) year base period, and if exercised, four (4) one-year option periods, this contract shall not exceed five (5) years.

See the following attachments titled:

See attached documents titled:

  • Attachment 1 - “Requirements - 70Z03826QB0000011”,
  • Attachment 2 - “Statement of Work – 70Z03826QB0000011”, and
  • Attachment 3 - “Terms and Conditions – 70Z03826QB0000011”.

Closing date and time for receipt of offers is 17 March 2026 at 1:30 pm EST. Quotes and questions shall be submitted by email to Alex-Marie.B.Midgett@uscg.mil.  Please indicate solicitation 70Z03826QB0000011 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.