Search Contract Opportunities

Purchase of Automatic Flight Control System (AFCS) Control Panel

ID: 70Z03825QJ0000015 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: Jan. 30, 2026, 10:44 a.m. EST

A00015 - This Solicitation has been extended. It is now set to expire February 9, 2026 @ 2 p.m. EST.

A00014 - This solicitation has been extended. It is now set to expire February 1, 2026 @ 2 p.m. EST.

A00013 - This solicitation has been extended. It is now set to expire December 18, 2025 @ 2 p.m. EST.

A00012 - This solicitation has been extended. It is now set to expire November 20, 2025 @ 2 p.m. EST.

A00011 - This solicitation has been extended. It is now set to expire October 17, 2025 @ 2 p.m. EST.

A00010 - This solicitation has been extended. It is now set to expire September 17, 2025 @ 2 p.m. EST.

A00009 - This solicitation has been extended. It is now set to expire August 18, 2025 @ 2 p.m. EST.

A00008 - This solicitation has been extended. It is now set to expire July 7, 2025 @ 2 p.m. EST.

A00007 - This solicitation has been extended. It is now set to expire June 27, 2025 @ 2 p.m. EST.

A00006 - This solicitation has been extended. It is now set to expire June 19, 2025 @ 2 p.m. EST.

A00005 - This solicitation has been extended. It is now set to expire May 15, 2025 @ 2 p.m. EST.

A00004 - This solicitation has been amended.

Attachment 2 - 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.

A00003 This solicitation has been amended. Attachment 2 Provisions, Clauses, 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.

A00002 - This solicitation has been extended. It is now set to expire April 30, 2025 @ 2 p.m. EST.

A00001 - This solicitation has been extended. It is now set to expire March 1, 2025 @ 2 p.m. EST.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number 70Z03825QJ0000015 is issued as a Request for Quote (RFQ) using the procedures of FAR 12 in conjunction with FAR Subpart 13.501. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 effective 30 September 2024.

The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a restricted requirement. All responsible sources may submit pricing which shall be considered by the agency.

The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC intends to award on a sole source basis a Firm Fixed-Price Indefinite Delivery Requirements type contract to Sikorsky Aircraft Corporation (Sikorsky, cage code 78286) on an other than full and open competition basis for the procurement of the Automatic Flight Control System (AFCS) Control Panel, hereafter referred to as Control Panel, used on the MH-60T Aircraft. The Control Panel will be supplied via issuance of individually funded Delivery Orders. Sikorsky is the Original Equipment Manufacturer (OEM) and the only Naval Supply Weapons Systems Support (NAVSUP WSS) approved source for the procurement of the Control Panel. The contract will consist of one (1), one (1) year Base Period, and if exercised, two (2), one (1) year Option Periods. All parts must have clear traceability to the OEM. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location.

See attached documents titled:

Attachment 1 Schedule 70Z03825QJ0000015

Attachment 2 Provisions Clauses and Terms and Conditions 70Z03825QJ0000015

Attachment 3 Redacted JA 70Z03825QJ0000015

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. 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.

No alternate part numbers will be accepted. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Best value to the Government is always the goal, but 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 Conformance (COC) and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures.

The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. All replacement parts shall be NEW approved parts.

NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. ONLY NEW PARTS WILL BE ACCEPTED.

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

Closing date and time for receipt of offers is 02/09/2026 at 2:00 pm EST. Any quote received after the closing date and time specified are considered late. E-mailed quotations are required and shall be sent to Steven.A.Levie@uscg.mil. Please indicate 70Z03825QJ0000015 in subject line. Phone call QUOTES WILL NOT be accepted.

Posted: Dec. 18, 2025, 7:19 a.m. EST
Posted: Nov. 6, 2025, 2:36 p.m. EST
Posted: Oct. 8, 2025, 8:34 a.m. EDT
Posted: Sept. 16, 2025, 2:16 p.m. EDT
Posted: Aug. 18, 2025, 11:59 a.m. EDT
Posted: July 17, 2025, 2:38 p.m. EDT
Posted: June 23, 2025, 7:16 a.m. EDT
Posted: May 21, 2025, 7:54 a.m. EDT
Posted: May 7, 2025, 9:38 a.m. EDT
Posted: April 10, 2025, 11:47 a.m. EDT
Posted: March 3, 2025, 12:38 p.m. EST
Posted: Feb. 18, 2025, 11:19 a.m. EST
Posted: Feb. 4, 2025, 1:22 p.m. EST
Posted: Dec. 3, 2024, 1:33 p.m. EST
Posted: Oct. 31, 2024, 11:34 a.m. EDT

Overview

Response Deadline
Feb. 9, 2026, 2:00 p.m. EST (original: Dec. 30, 2024, 2:00 p.m. EST) Past Due
Posted
Oct. 31, 2024, 11:34 a.m. EDT (updated: Jan. 30, 2026, 10:44 a.m. EST)
Set Aside
None
Place of Performance
Stratford, CT 06614 United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Sole Source
Vehicle Type
Indefinite Delivery Contract
On 10/31/24 Aviation Logistics Center issued Synopsis Solicitation 70Z03825QJ0000015 for Purchase of Automatic Flight Control System (AFCS) Control Panel due 2/9/26. The opportunity was issued full & open with NAICS 336413 and PSC 1680.

NATO Stock Number

Details for included NSNs

Item Name
CONTROL INDICATOR, A
NIIN
015289926
Standard Unit Price (DLA)
$257,087.00
Primary Contact
Name
Steven Levie   Profile
Phone
(206) 815-2059

Documents

Posted documents for Synopsis Solicitation 70Z03825QJ0000015

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z03825QJ0000015

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z03825QJ0000015

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z03825QJ0000015

Experts for Purchase of Automatic Flight Control System (AFCS) Control Panel

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > AVIATION LOGISTICS CENTER (ALC)(000
FPDS Organization Code
7008-70Z038
Source Organization Code
100168424
Last Updated
Feb. 24, 2026
Last Updated By
veronica.d.holley@uscg.mil
Archive Date
Feb. 24, 2026