Skip to content
Department of Homeland Security

Procurement of Fuel Tanks

Solicitation: 70Z03826QJ0000003
Notice ID: f65a789457d145bebbc40169490ce2dd

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 10, 2026. Industry: NAICS 336413 • PSC 1560.

Market snapshot

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

12-month awarded value
$346,979,088
Sector total $20,341,046,444 • Share 1.7%
Live
Median
$101,075
P10–P90
$29,503$917,356
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)
+3040%($325,561,008)
Deal sizing
$101,075 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
Steven Levie
Email
steven.a.levie@uscg.mil
Phone
2068152059

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

A00005 – The response date for this combined synopsis/solicitation has been extended until March 10, 2026, at 2:00 p.m. EST.

A00004 – The response date for this combined synopsis/solicitation has been extended until February 20, 2026, at 2:00 p.m. EST.

A00003 – The response date for this combined synopsis/solicitation has been extended until February 6, 2026, at 2:00 p.m. EST.

A00002 - The response date for this combined synopsis/solicitation has been extended until February 3, 2026 at 2:00 p.m. EDT. 

A00001 - The response date for this combined synopsis/solicitation has been extended until January 20, 2026 at 2:00 p.m. EDT. 

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 70Z03826QJ0000003 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective 01 October 2025.

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 limited source basis as a result of this synopsis/solicitation for the following items:

Item Name: Tank, Fuel, Aircraft (Right)

National Stock Number: 1560-01-166-4906

Part Number: 70307-23903-104

Manufacture Cage Code: 78286

Alternate Part Number: 2F1-4-42231-104

Manufacturer Cage Code: 56221

Quantity: 19

Item Name: Tank, Fuel, Aircraft (Left)

National Stock Number: 1560-01-167-7486

Part Number: 70307-23903-103

Manufacturer Cage Code: 78286

Alternate Part Number: 2F1-4-42231-103

Manufacturer Cage Code: 56221

Quantity: 19

Award will be based on the Offeror’s ability to provide newly manufactured commercial items from the Original Equipment Manufacturer (OEM). Only the items requested in this solicitation will be considered for award. All components must be procured from a Navy Supply Systems Command (NAVSUP) Weapons Systems Support (WSS) approved source or authorized distributor of a NAVSUP WSS approved source, providing documentation on letterhead showing clear traceability to the Original Equipment Manufacturers (OEMs) Sikorsky Aircraft Corporation (SAC, Cage Code 78286) and Meggitt (Rockmart), Inc. (Rockmart, Cage Code 56221). Use of these requirements will ensure all parts are manufactured to the OEM specifications and will ensure the quality and integrity of the components and minimize fight risk.

In accordance with the National Defense Authorization Act for Fiscal Year 2004, Public Law 108–136, § 802, 117 Stat. 1392 (2003), the Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS), Philadelphia, PA, is the design control activity and as such, has the sole authority for approving sources for the procurement, repair, and overhaul of parts managed by the Navy.  Responsible Contractors are limited to NAVSUP WSS approved supply sources or authorized distributors of NAVSUP WSS approved supply sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement. Use of only these sources will ensure all parts are manufactured to the OEM specifications.

Parts must be approved in accordance 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, and a certificate of conformance and traceability to the OEM. 

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.

All parts shall be NEW approved parts.

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

See the following attachments titled:

ATTACHMENT 1: “Schedule of Supplies – 70Z03826QJ0000003”

ATTACHMENT 2: “Provisions, Clauses, Terms and Conditions – 70Z03826QJ0000003”

ATTACHMENT 3: "Redacted JA Fuel Tanks – 70Z03826QJ0000003

Closing date and time for receipt of offers is 03/10/2026 at 2:00 p.m. EST.   Anticipated award date is on or about 04/01/2026. E-mail quotations may be sent to Steven.A.Levie@uscg.mil. Please indicate 70Z03826QJ0000003 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.