Skip to content
Department of Homeland Security

Wiring Harness Support Services

Solicitation: 70Z03826RK0000002
Notice ID: ca61c8dc63d449959c40f575d4264def
TypeSolicitationNAICS 488190PSCJ016Set-Aside8ADepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedFeb 24, 2026, 12:00 AM UTCDueMar 10, 2026, 06:00 PM UTCCloses in 14 days

Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 10, 2026. Industry: NAICS 488190 • PSC J016.

Market snapshot

Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.

12-month awarded value
$8,161,301
Sector total $1,346,275,114 • Share 0.6%
Live
Median
$29,302
P10–P90
$8,326$253,028
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.6%
share
Momentum (last 3 vs prior 3 buckets)
+40954%($8,121,638)
Deal sizing
$29,302 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
Jordan Ownley
Email
samuel.j.ownley2@uscg.mil
Phone
Not available
Name
Jackson Perry
Email
Jackson.S.Perry@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 488190

Description

Date 02/24/2026 - Amendment 1 provides the answers to the following bidder's questions and provides the following attachments, Word version of Attachment 4, the Past Performance Questionnare and Attachment 6, MOA for the hourly rate of the MECH II Position (MECH II is not in the CBA and was added via the MOA). 

Q1. Attachment 2, 52.212-1 Instructions to Offerors (b) states, “The Offeror agrees to hold the prices in its offer firm for 60 calendar days”. However, 52.212-2 Evaluation states, “Prices must remain effective for 120 days after solicitation closes”. Will the Government please confirm the validity date for offerors proposals?

A1. 52.212-1 (b) has been updated to reflect 120 days.

Q2. Will the Government incorporate resumes as part of the evaluation criteria to ensure offerors can adequately demonstrate offerors technical capability to perform all task areas of the SOW as required in the Technical Volume? If so, will the Government please exempt the resumes from the current page limitations of Volume I?

A2. No updates will be made. See section 6.4.1 of the SOW, resumes will only be required for replacement of key personnel only. We are not requesting resumes as part of the solicitation. The companies are responsible for hiring personnel that meet the requirements of the solicitation.

Q3. Are offerors required to submit representations and certifications with their offer? If so, will the Government confirm this can be submitted as a standalone document that does not count towards page limitations?

A3. Please see 52.212-1 on page one of the terms and conditions. The SOW has been updated to state the representations and certifications can be in volume V.

Q4. Will the Government either provide a word document or allow offerors to convert Attachment 4 into a word document to consolidate responses into Volume III as long as the outline conforms to the Solicitation page and font restrictions?

A4. A word version of attachment 4 is provided.

Q5. 6.1.1 List of Key Personnel lists 3 labor categories for Key Personnel. Will the Government confirm that resumes and letters of intent are required for the Production Controller, the Mechanic II, and ALL Mechanic I positions listed in Section 5.5 for Key Personnel?

A5. See A2 above.

Q6. Will the Government confirm offerors should utilize CBA rates effective 8/6/2026 within their pricing?

A6. The effective date of the contract will be 8/6/26.

Q7. Will the Government confirm offerors are required to propose all hours listed within each CLIN of Attachment 1?

A7. Companies shall complete the unit price section of Attachment 1.  No other sections need to be adjusted.

Q8. The 6-month extension referenced in “Attachment 2” page 4, FAR 52.217-8, is not included within their pricing spreadsheet of Attachment 1? Will the Government please provide a revised Attachment 1 to include the 6 month extension?

A8. The government will add the pricing for the 6-month extension based on the value of option period to when evaluating pricing.

Q9. In the CBA Article 14, Section 11, it states the employer will be required to pay up to 32 hours of unplanned closure time (e.g. day after Thanksgiving) to its employees. Does the government assume that these 32 hours are priced into the 1,872 productive hours per FTE listed in Attachment 1?

A9. No, the unplanned hours will be funded on a separate CLIN at time of award. The 32 hours will be addition to the 1,872 hours.   

Q10. The CBA in the solicitation does not include a rate for the Mechanic II position. Please confirm whether it is a CBA position and if so, will you provide the hourly rate?

A10. Attachment 6 is provided to include a MOA between the current contractor and the union for the Mechanic II position.

=====================================================================

This is a Solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Part 12.201 and 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 70Z03826RK0000002 is issued as a Request for Proposal (RFP). 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 488190. The small business size standard is $40M. This solicitation is 100% 8(a) set-aside for a Small Business. All responsible 8(a) Small Business sources may submit an offer which shall be considered by the agency. Offers from Large Businesses or other Socio-Economic groups, will NOT be considered for award under this 8(a) Small Business Set-aside. 

It is anticipated that a labor hour contract consisting of one (1) one-year base period and two (2) one-year option periods shall be awarded as a result of this solicitation. The total duration of this contract shall not exceed three (3) years.

The following documents are attached:

Attachment 1: Schedule of Services

Attachment 2: Terms and Conditions

Attachment 3: Statement of Work

Attachment 4: Past Performance Questionnaire

Attachment 5: CBA

Closing date and time for receipt of offers is 10 March 2026 at 2:00pm EST. All bidders questions must be submitted by 20 February 2026. Anticipated award date is on or about 15 May 2026. Proposals shall be submitted via e-mail and sent to Samuel.J.Ownley2@uscg.mil and Jackson.S.Perry@uscg.mil, please indicate 70Z03826RK0000002 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.