Skip to content
Department of Homeland Security

Purchase of Conventional Aircraft Tow Tractors

Solicitation: 70Z03826QE0000026
Notice ID: ead8e24e4a574e3fade89d26d9c5580f
TypeCombined Synopsis SolicitationNAICS 333924PSC1740DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedApr 08, 2026, 12:00 AM UTCDueApr 21, 2026, 06:00 PM UTCCloses in 13 days

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Apr 21, 2026. Industry: NAICS 333924 • PSC 1740.

Market snapshot

Awarded-market signal for NAICS 333924 (last 12 months), benchmarked to sector 33.

12-month awarded value
$17,612,711
Sector total $51,891,214,468 • Share 0.0%
Live
Median
$21,748
P10–P90
$16,346$27,150
Volatility
Moderate50%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+79%($4,991,863)
Deal sizing
$21,748 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
Elizabeth City, North Carolina • United States
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
NC20260014 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026North Carolina • Alexander, Burke, Caldwell
Rate
IRONWORKER
Base $29.75Fringe $18.00
Rate
PIPEFITTER
Base $33.96Fringe $13.48
+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
NC20260014 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Alexander, Burke, Caldwell
Rate
IRONWORKER
Base $29.75Fringe $18.00
Rate
PIPEFITTER
Base $33.96Fringe $13.48
Rate
PLUMBER
Base $33.96Fringe $13.48
+19 more occupation rates in this WD
Davis-Baconstate match
NC20260062 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Beaufort, Bertie, Camden +4
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
Davis-Baconstate match
NC20260092 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Carteret
Rate
CARPENTER
Base $14.66Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.25Fringe $0.00
Rate
ELECTRICIAN
Base $14.50Fringe $0.00
+6 more occupation rates in this WD

Point of Contact

Name
William Swinson II
Email
William.T.Swinson3@uscg.mil
Phone
Not available
Name
William P. Morris
Email
william.p.morris@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 333924

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6 and part 13 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 70Z03826QE0000026 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), initiated under Executive Order 14275: Restoring Common Sense to Federal Procurement.

The applicable North American Industry Classification System (NAICS) code is 333924. The small business-size standard is 900 employees. This is an unrestricted requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 

It is anticipated that one firm-fixed price purchase order will be awarded on a brand name or equal basis for the item listed in the following Schedule of Supplies. The brand name and Original Equipment Manufacturer (OEM) of the Aircraft Tow Tractor is TLD America (CAGE Code 6L481). A full description of the salient characteristics required of “equal to” items may be found in the attached “Salient Characteristics”. Concerns having the expertise and required capabilities to provide these items, or an equal alternative are invited to submit offers in accordance with the requirements stipulated in this solicitation. All items shall be NEW approved items. 

                                                                              SCHEDULE OF SUPPLIES

**Must fill out Attachment 1: Schedule of Supplies. Failure to completely fill out Attachment 1 shall result in the quote not being considered**

Line Item 1

Description:                         Conventional Aircraft Tow Tractor TMX (First Article)
Part Number (PN):                TMX-50-8-E
Quantity:                               1 each
Manufacturer CAGE Code:   6L481
Required Delivery Date:        90 days after receipt of order (ARO­)

Line Item 2

Description:                         Conventional Aircraft Tow Tractor TMX (Production Run)
Part Number (PN):                TMX-50-8-E
Quantity:                               25 each
Manufacturer CAGE Code:   6L481
Required Delivery Date:        90 day after first tow tractor passes USCG Test and Evaluation

All quoted Aircraft Tow Tractors must meet the required salient characteristics. Only the items requested in this solicitation will be considered for award. All brand name items shall have clear traceability to the Original Equipment Manufacturer (OEM), TLD America (CAGE Code 6L481). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location.  

The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause. Prospective vendors who are not the OEM must provide traceability for the offered product back to the OEM and will be required to submit a manufacturer's COC in addition to its own COC.   

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

Please carefully review this solicitation’s attachments for additional information on this requirement including evaluation criteria, salient characteristics, and applicable clauses.

Attachments

  1. Attachment 1 – Schedule of Supplies – 70Z03826QE0000026
  2. Attachment 2 – Terms and Conditions – 70Z03826QE0000026
  3. Attachment 3 – Salient Characteristics – 70Z03826QE0000026
  4. Attachment 4 – Test and Evaluation Plan – 70Z03826QE0000026

All bidder’s questions shall be submitted by COB 14 April 2026. The closing date and time for receipt of offers is 21 April 2026 at 2:00p.m Eastern Time. The anticipated award date is 1 May 2026.  Email quotations to William.T.Swinson3@uscg.mil. Please indicate 70Z03826QE0000026 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.