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 70Z03825QL0000103 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17, 2025.
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a Total Small Busniess Set Aside 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 the following parts:
NSN Part Number Nomenclature Service QTY
1650-99-379-1046 MPEV3-011-8UK2C Pump-DC Elec. Motor Overhaul 3 EA
1650-99-379-1046 MPEV3-011-8UK2C Pump-DC Elec. Motor Repair 1 EA
At the time of award, the USCG intends to have three (3) overhauls completed for the components/items specified in the schedule. IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require additional overhauls for up to nine (9) components/items for a maximum quantity of twelve (12) at the same price as the original order, for up to three hundred and sixty-five (365) after the initial award date.
At the time of award, the USCG intends to have one (1) repair completed for the components/items specified in the schedule. IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require additional repairs for up to one (1) components/items for a maximum quantity of two (2) at the same price as the original order, for up to three hundred and sixty-five (365) 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.
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 Eaton LTD, (Cage Code K4413).
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 must provide traceability for the offered product back to the manufacturer or authorized distributor.
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. 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 June 20, 2025 at 4:00 pm EST. Point of contact for this intent to award notice is allison.t.meads@uscg.mil. Please indicate 70Z03825QL0000103 in the subject line.