Skip to content
Department of Homeland Security

Procurement of Various Spares for the MH-65E Aircraft

Solicitation: 70Z03826QB0000013
Notice ID: c89a1ef07e0e45479d69fe55cb629f42

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: May 07, 2026. Industry: NAICS 336413 • PSC 5945.

Market snapshot

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

12-month awarded value
$1,320,145,290
Sector total $52,169,347,256 • Share 2.5%
Live
Median
$78,303
P10–P90
$31,575$1,172,661
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.5%
share
Momentum (last 3 vs prior 3 buckets)
+288%($778,639,368)
Deal sizing
$78,303 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
NC20260103 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026North Carolina • Iredell
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $17.51Fringe $0.47
+28 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 28 more rate previews.
Davis-BaconBest fitstate match
NC20260103 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Iredell
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $17.51Fringe $0.47
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.15Fringe $0.00
+27 more occupation rates in this WD
Davis-Baconstate match
NC20260089 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Caswell, Davidson, Iredell +6
Rate
BLASTER
Base $21.85Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $13.67Fringe $0.00
Rate
Telecommunications Technician
Base $14.96Fringe $1.07
+21 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
Davis-Baconstate match
NC20260018 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Craven, Jones, Pamlico
Rate
IRONWORKER
Base $29.75Fringe $18.00
Rate
PIPEFITTER
Base $33.96Fringe $13.48
Rate
BRICKLAYER
Base $19.13Fringe $0.00
+17 more occupation rates in this WD

Point of Contact

Name
Charles B. Colson
Email
charles.b.colson2@uscg.mil
Phone
5716075382
Name
Destiny Ornelas
Email
destiny.a.ornelas2@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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.202, 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 70Z03826QB0000013 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Revolutionary FAR Overhaul (RFO) effective as of November 28, 2025.

The applicable North American Industry Classification Standard Code is 336413.  The small business size standard is 1,250 Employees. This is a Total Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. 

It is anticipated that one or more Indefinite Delivery - Requirements type contract(s) with firm fixed pricing will be awarded from the solicitation. The anticipated period of performance will be five (5) years total consisting of one (1) one-year base period, and if exercised, up to four (4) one-year option periods, this contract will not exceed five (5) years.

See the following attached documents titled:

  • “Attachment 1 – Requirements - 70Z03826QB0000013” and
  • “Attachment 2 – Terms and Conditions - 70Z03826QB0000013”.

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 will 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 Conformance (COC) and traceability to the OEM.  The Federal Aviation Regulation, Part 21, outlines certification procedures. 

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.  All parts shall be NEW approved parts.

There are multiple OEMs associated with the parts contained within this solicitation. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Traceability to the OEM must have only two exchanges prior to USCG delivery.

Alternate parts will be authorized if they are an approved alternate under the North Atlantic Treaty Organization (NATO) catalog system, which improves interoperability between NATO and commercial cataloging systems. Alternate parts must satisfy all form, fit, and function requirements of the original parts and conform to the approved configuration of the United States Coast Guard MH-65 aircraft. Any alternate parts must be approved prior to contract award by SRR Engineering.

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

The Government reserves the right to withhold any item or group of items contained in this solicitation upon award. The Government reserves the right to make a single award, to make multiple awards covering different subsets of CLINs, or to make no award. The Government would assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Individual awards will be for the items or combinations of items that result in the lowest cost to the Government including the assumed administrative costs.

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

Closing date and time for receipt of offers is 07 May 2026 at 12:00 p.m. EDT. Quotes and questions shall be submitted by email to Charles.B.Colson2@uscg.mil.  Please indicate solicitation 70Z03826QB0000013 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.