Skip to content
Department of Homeland Security

LEFT ENGINE COWLING FOR USE ON MH-65E

Solicitation: 70Z03826QB0000054
Notice ID: b6cbe2340e454be5991465c6fed4ff68

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 11, 2026. Industry: NAICS 336413 • PSC 1560.

Market snapshot

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

12-month awarded value
$438,349,646
Sector total $24,127,583,396 • Share 1.8%
Live
Median
$127,005
P10–P90
$35,148$953,410
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.8%
share
Momentum (last 3 vs prior 3 buckets)
+102%($148,121,650)
Deal sizing
$127,005 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NC20260017 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026North Carolina • Cabarrus, Lincoln, Rowan +1
Rate
DRYWALL HANGER
Base $29.00Fringe $11.20
Rate
IRONWORKER
Base $29.75Fringe $18.00
+20 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 20 more rate previews.
Davis-BaconBest fitstate match
NC20260017 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Cabarrus, Lincoln, Rowan +1
Rate
DRYWALL HANGER
Base $29.00Fringe $11.20
Rate
IRONWORKER
Base $29.75Fringe $18.00
Rate
PIPEFITTER
Base $33.96Fringe $13.48
+19 more occupation rates in this WD
Davis-Baconstate match
NC20260010 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Onslow
Rate
IRONWORKER
Base $29.75Fringe $18.00
Rate
PIPEFITTER
Base $33.96Fringe $13.48
Rate
BRICKLAYER
Base $19.13Fringe $0.00
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260065 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Chowan, Dare, Martin +1
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $19.38Fringe $8.73
Rate
CARPENTER (Drywall Hanging Only)
Base $18.13Fringe $1.31
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Carolina • Alamance, Alexander, Alleghany +97
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD

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 336413

Description

*** Amendment 1 is to amend the closing date and time to Wednesday March 11, 2026, at 10:00am EDT.

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 70Z03826QB0000054 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 336413. The small business size standard is 1,250 employees. This is a restricted 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 shall be awarded on a Sole Source basis to Airbus Helicopters, Inc. as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Airbus Helicopters, France (ETS DE MARIGNANE) (Cage Code: F0210). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM approved source.

See attached documents titled:

“Requirements – 70Z03826QB0000054,”

“Terms and Conditions – 70Z03826QB0000054” and

“Redacted J and A – 70Z03826QB0000054”

52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored as follows:

The Government may increase the quantity of supplies called for in the Schedule, for Line Item 1 by up to a quantity of Five (5), at the unit price specified, up to a maximum quantity of Seven (7). The Contracting Officer may exercise the option by written notice to the Contractor within one calendar year after Purchase Order award.  Delivery of the added items shall continue at the same rate as the like items call for under the Purchase Order, unless the parties otherwise agree.

***Please note that if the USCG chooses to exercise any optional quantity modification, such modifications will be issued unilaterally to the contractor.

(End of Clause)

It is the Government's belief that Airbus Helicopters, Inc. is the only known source to provide traceability and genuine OEM parts. 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.

Alternate part numbers will be accepted. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew.  Best value to the Government is always the goal, but 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.

Newly manufactured commercial items will only be procured from sources able to provide a Certificate of Conformance (COC).  The Federal Aviation Regulation, Part 21, and Federal Acquisition Regulation (FAR) clause 52.246-15 outline these certification procedures. 

NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED.  ONLY NEW PARTS WILL BE ACCEPTED.

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

Closing date and time for receipt of offers is 11 March 2026 at 10:00 am EST.  Quotes and questions shall be submitted by email to Alex-Marie.B.Midgett@USCG.Mil. Please indicate solicitation 70Z03826QB0000054 in the subject line.  Phone call quotes WILL NOT be accepted.

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.