Search Contract Opportunities

Repair of Control-Propeller for the HC-144 Aircraft   2

ID: 70Z03825QL0000111 • Type: Synopsis Solicitation
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:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 70Z03825QL0000111 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, effective June 11, 2025.

The applicable North American Industry Classification Standard Code is 488190. The small business size standard is $40M. 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 competitive basis as a result of this synopsis/solicitation for repair of the following parts:

NSN PART NUMBER NOMENCLATURE QTY

1610-01-530-8255 782490-57 Control-Propeller 3 Ea

All items must be repaired in accordance with (IAW) Original Equipment Manufacturer (OEM), specifications to include the latest revisions, updates and service bulletins. The OEM for these items is Hamilton Sundstrand Corporation, (Cage Code 73030).

Any vendor, except the OEM or a Production Approval Holder (PAH), repairing/overhauling/modifying Coast Guard aircraft components MUST be FAA 145 certified and perform at least fifty percent (50%) of the work at their company's FAA certified facility. Unless otherwise instructed by the Contracting Officer, awards for the repair or overhaul of Coast Guard aircraft repairable components shall only be awarded directly to service vendors who have been deemed fully capable of performing such services by division level command-appointed Coast Guard Engineers or Equipment Specialists. Vendors who do not meet the above stated capability requirement will not be considered and should not respond to this solicitation/ request for quote (RFQ).

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. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor.

Concerns having the expertise and required capabilities to provide these services are invited to submit offers in accordance with the requirements stipulated in this solicitation. Alternate Parts will be authorized if they are an OEM approved alternate part that satisfies all form, fit, and function requirements of the original parts and conform to the approved configuration.

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

The following attachments apply to this solicitation:

Attachment A Terms and Conditions

Attachment B Statement of Work

Please note: Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. Shipping terms of Ex Works (EXW) or Incoterms 2020 (to include but not limited to DAP Incoterms 2020 and FCA, Incoterms 2020) will not be accepted.

The closing date for this intent to award notice is July 7, 2025 at 4:00 pm EST. Point of contact for this intent to award notice is Allison.T.Meads@uscg.mil. Please indicate 70Z03825QL0000111 in the subject line.

Overview

Response Deadline
July 7, 2025, 4:00 p.m. EDT Past Due
Posted
June 30, 2025, 2:33 p.m. EDT
Set Aside
None
Place of Performance
Elizabeth City, NC 27909 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 7 days, below average for the Aviation Logistics Center.
On 6/30/25 Aviation Logistics Center issued Synopsis Solicitation 70Z03825QL0000111 for Repair of Control-Propeller for the HC-144 Aircraft due 7/7/25. The opportunity was issued full & open with NAICS 488190 and PSC J016.

NATO Stock Number

Details for NSN 1610015308255

Item Name
CONTROLLER ASSEMBLY, VALVE, AIRCRA

Approved Suppliers
Primary Contact
Name
Allison T Meads   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 70Z03825QL0000111

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z03825QL0000111

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z03825QL0000111

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z03825QL0000111

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z03825QL0000111

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z03825QL0000111

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
July 22, 2025
Last Updated By
steven.a.goodwin@uscg.mil
Archive Date
July 22, 2025