Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Jul 15, 2026. Industry: NAICS 336413 • PSC 1615.
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336413
Description
A00001 - This solicitation has been extended. It is now set to expire on Wednesday, 07/15/2026 at 2:00PM EDT.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 70Z03825RJ0000008 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective 01 October 2025.
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This requirement will be issued on a sole source basis. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that one (1) Indefinite Delivery Requirements type contract with firm-fixed pricing (FFP), consisting of a one (1) year base period and, if exercised, two (2) one (1) year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed three (3) years. FFP Delivery Orders will be issued against the contract as items are required. The list of items and estimated quantities can be found on “Attachment 1 – Schedule of Supplies – 70Z03825RJ0000008”.
Only the items requested in this solicitation will be considered for award. All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation, (Cage Code 78286). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from the OEM to its current location. Sikorsky Aircraft Corporation is the OEM and the only approved source of supply.
All overhauls must be approved in accordance with “Attachment 3, ‘Statement of Work – 70Z03825RJ0000008”. Components must be approved 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 Federal Aviation Regulation, Part 21, outlines certification procedures.
The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, Certificate of Airworthiness, manufacturer's COC and its own COC to ensure parts are in airworthy condition and suitable for installation on United States Coast Guard (USCG) aircraft.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 – “SCHEDULE OF SUPPLIES– 70Z03825RJ0000008”
SEE ATTACHMENT 2 – “TERMS AND CONDITIONS – 70Z03825RJ0000008” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
SEE ATTACHMENT 3 – “STATEMENT OF WORK – 70Z03825RJ0000008”
SEE ATTACHMENT 4 – “REDACTED J AND A – 70Z03825RJ0000008”
Closing date and time for receipt of offers is 7/15/2026 at 2:00 PM Eastern Time. Anticipated award date is on or about 9/17/2026. E-mail quotations may be sent to Trenton.C.Twiford@uscg.mil. Please indicate 70Z03825RJ0000008 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.
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.