Skip to content
Department of Homeland Security

Support

Solicitation: 70Z03826QJ0000073
Notice ID: c65a60504e2e48289a9ac4e416e94dc1

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Feb 05, 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
$352,796,345
Sector total $20,447,912,679 • Share 1.7%
Live
Median
$99,875
P10–P90
$29,555$941,079
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3094%($331,378,265)
Deal sizing
$99,875 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 336413

Description

A00002 - Acceptability to an alternate manufacturer cage code has been added to the combined synopsis/solicitation below and to Attachment 1 - Terms and Conditions - 70Z03826QJ0000073. 

A00001 - The response date for this combined synopsis/solicitation has been extended until February 5, 2026 at 2:00 PM EST. 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 70Z03826QJ0000073 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 solicitation is 100% Set-Aside for Small Business.  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 on a competitive basis as a result of this synopsis/solicitation for the following items:

Nomenclature: Support 
National Stock Number (NSN): 1560-01-133-2696
Part Number (P/N): 70305-02115-103
Cage Code: 78286
Quantity: 12
Requested Delivery Date: 10-MAR-2026

All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation (Cage Code 78286) or Dulond Tool and Engineering (Cage Code 9M680). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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. 

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.  Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM.  

The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. 


All parts shall be NEW approved parts. “New Surplus” will be considered with traceability to the OEM and approval from Medium Range Recovery (MRR) Engineering. If quoting new surplus items, photos of packaging and/or items MUST be included with the quotation. 

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

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

ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000073” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. 

Closing date and time for receipt of offers is 2/5/2026 at 2:00 PM Eastern Time.   Anticipated award date is on or about 2/9/2026.  E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil.  Please indicate 70Z03826QJ0000073 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.