Strut A/C DIAG. R/H
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 25, 2026. Industry: NAICS 336413 • PSC 1560.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 18 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.201 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 70Z03826QJ0000130 is issued as a Request for Quotation (RFQ). 70Z03826QJ0000130 solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, in accordance with (IAW) the Revolutionary FAR Overhaul (RFO).
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250. 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 sole source basis as a result of this synopsis/solicitation for the following item:
Nomenclature: Strut A/C DIAG. R/H
National Stock Number (NSN): 1560-01-379-0341
Part Number (P/N): 100838-4
Quantity: Four (4) each
*Optional Quantity: up to an additional four (4) each
Requested Delivery Date: 01 September 2026
At the time of award, the United States Coast Guard (USCG) will place an order for the quantity of four (4) items. IAW Federal Acquisition Regulation (FAR) 52.217-6, the USCG may require an additional quantity of four (4) additional items for up to a maximum quantity of eight (8) items at the same price and lead time as the original order within three hundred and sixty-five (365) days after the initial award date.
***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor.
Only the items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), BAE Systems Land & Armaments L.P. (Cage Code 54786). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location.
The contractor shall furnish a COC IAW 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.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000130” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
ATTACHMENT 2 – “REDACTED J AND A – 70Z03826QJ0000130” FOR JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION.
Closing date and time for receipt of offers is 3/25/2026 at 2:00 pm Eastern Daylight Savings Time (EDT). Anticipated award date is on or about 4/1/2026. E-mail quotations may be sent to Riley.A.Ayers@uscg.mil and MRR-PROCUREMENT@uscg.mil Please indicate 70Z03826QJ0000130 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.