Skip to content
Department of Homeland Security

Weapons Management System (WMS) New Buys

Solicitation: 70Z03825QJ0000134
Notice ID: ec0308b1a02448cf83b9df3b2443a615
TypeCombined Synopsis SolicitationNAICS 336413PSC1280DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedFeb 11, 2026, 12:00 AM UTCDueMar 06, 2026, 07:00 PM UTCCloses in 11 days

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 06, 2026. Industry: NAICS 336413 • PSC 1280.

Market snapshot

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

12-month awarded value
$349,579,088
Sector total $20,371,516,771 • Share 1.7%
Live
Median
$101,200
P10–P90
$29,505$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)
+3064%($328,161,008)
Deal sizing
$101,200 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
Amy Whitehurst
Email
Amy.E.Whitehurst2@uscg.mil
Phone
2068314477

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

A00010- This solicitation has been extended.  It is now set to expire on Friday, 03/06/2026, at 2:00PM EST. 

A00009- This solicitation has been extended.  It is now set to expire on Wednesday, 02/18/2026, at 2:00PM EST. 

A00008- This solicitation has been extended.  It is now set to expire on Friday, 01/23/2026, at 2:00PM EST. 

A00007 - This solicitation has been extended.  It is now set to expire on Friday, 12/19/2025, at 2:00PM EST. 

A00006 - This solicitation has been extended.  It is now set to expire on Wednesday, 10/01/2025, at 2:00PM EDT. 

A00005 - This solicitation has been extended.  It is now set to expire on Wednesday, 07/30/2025, at 2:00PM EDT. 

A00004 - This solicitation has been extended.  It is now set to expire on Wednesday, 05/28/2025, at 2:00PM EDT. 

A00003 - This solicitation has been extended.  It is now set to expire on Wednesday, 04/23/2025, at 2:00PM EDT. 

A00002 - This solicitation has been amended. Attachment 1 - Terms and Conditions have been revised to incorporate the FAR Clause 52.223-23 and the following changes:

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services.  Components shall not consider or use these representations.   
Contracting officers will not consider the following representations when making award decisions or enforce requirements:
•    Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services;
•    Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services.  Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply;
•    Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services; and
•    Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply.

Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 
 

A00001- The solicitation has been amended. Attachment 1 - Terms and Conditions has been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13.5 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 70Z03825QJ0000134 is issued as a Request for Quotation (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective 17 January 2025.

The applicable North American Industry Classification Standard Code is 336413.  The small business size standard is 1,250 employees. This is an unrestricted requirement.   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 limited source basis as a result of this synopsis/solicitation for the following items:

Item Name: Weapons Management System
National Stock Number: 1280-01-553-3883
Part Number: 1008710-02-006
Quantity: 8 EA
Manufacturer Cage Code: 73030
Requested Delivery: 08/10/2027

All parts shall have clear traceability to the Original Equipment Manufacturers (OEM’s), Hamilton Sundstrand (Cage Code 73030) or Sikorsky Aircraft Corporation (Cage Code 78286).  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.  

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.  Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.

All parts shall be NEW approved parts.

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

SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03825QJ0000134” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.  

Closing date and time for receipt of offers is 03/06/2026 at 2:00PM Eastern Standard Time.   Anticipated award date is on or about 03/13/2026. E-mail quotations may be sent to Amy.E.Whitehurst2@uscg.mil. Please indicate 70Z03825QJ0000134 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.