70Z03826DJ0000001
Indefinite Delivery Contract
Overview
Government Description
Procurement of tail rotor servo assemblies to be utilized on USCG GMH-60T aircraft. All parts must be new, approved, and have clear traceability to the original equipment manufacturers (OEMS), parker hannifin Corporation Or Sikorsky Aircraft Corporation. Parts Must Be Approved in Accordance With FAA Guidelines To Ensure Airworthiness And Safety, And Vendors Must Provide Necessary Certification Including A Certificate Of Conformance (COC) and traceability to the oem.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$4,240,309 (5% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Irvine, California 92618 United States.
Sole Source This IDC was awarded sole source to Parker-Hannifin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Sole Source This IDC was awarded sole source to Parker-Hannifin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Parker-Hannifin Corporation was awarded
Indefinite Delivery Contract 70Z03826DJ0000001 (70Z038-26-D-J0000001)
by
Aviation Logistics Center
for Procurement Of Tail Rotor Servo Assemblies For USCG GMH-60T Aircraft
in December 2026.
The IDC
has a duration of 3 years and
was awarded
through solicitation Tail Rotor Servo Assembly - New Buy
full & open
with
NAICS 336413 and
PSC 1650
via sole source acquisition procedures with 1 bid received.
To date, $222,569 has been obligated through this vehicle.
The total ceiling is $4,240,309, of which 5% has been used.
Status
(Open)
Modified 12/8/25
Period of Performance
12/31/25
Start Date
12/31/28
Ordering Period End Date
Task Order Obligations
$222.6K
Total Obligated
$222.6K
Current Award
$222.6K
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70Z03826DJ0000001
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under 70Z03826DJ0000001
Subcontract Awards
Disclosed subcontracts for 70Z03826DJ0000001
Opportunity Lifecycle
Procurement history for 70Z03826DJ0000001
Transaction History
Modifications to 70Z03826DJ0000001
People
Suggested agency contacts for 70Z03826DJ0000001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
D8HJPMFFSGS3
Awardee CAGE
59211
Agency Detail
Awarding Office
70Z038 AVIATION LOGISTICS CENTER (ALC)(00038)
Funding Office
70Z00N AVIATION LOGISTICS CENTER (ALS)
Created By
7008aewhitehurst
Last Modified By
7008tctwiford
Approved By
7008aewhitehurst
Legislative
Legislative Mandates
None Applicable
Awardee District
CA-47
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Katie Porter
Last Modified: 12/8/25