This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (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 70Z03825QE0000087 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2025-05, effective 7 August 2025.
IAW FAR 6.302-1(a)(1), the United States Coast Guard (USCG). Aviation Logistics Center (ALC) plans to award one (1) purchase order and negotiate only with Marvel Aero International Inc. (CAGE Code 1WKR4) as the only known source of supply authorized by the Original Equipment Manufacturer (OEM), MarathonNorco Aerospace, Inc doing business as Christie Electric (CAGE Code 02294). All parts shall have clear traceability to the OEM. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
Only the brand-name items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Christie Electric (CAGE Code 02294). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts.
The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The 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 prior to award. An example of acceptable traceability documentation would be a quote from the OEM with pricing information redacted.
The applicable North American Industry Classification System (NAICS) code is 335999. The small business size standard is 600 employees. This is an unrestricted requirement.
It is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis as a result of this solicitation for the purchase of the item(s) listed in the attached Schedule of Supplies.
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.
Please read the following attachments for additional information on applicable clauses, instructions to offerors, and evaluation criteria:
- Attachment 1 - Schedule of Supplies
- Attachment II - Terms and Conditions
- Attachment III - Justification for Other Than Full and Open Competition
The closing date and time for receipt of offers is 10 September 2025 at 2:30 p.m. Eastern Time. Anticipated award date is on or about 12 September 2025. Email quotations are preferred and may be sent to Stacey.M.Riggs@uscg.mil. Please indicate 70Z03825QE0000087 in the subject line.