A00002 - This combined synopsis/solicitation has been amended to accept additional alternate part numbers as referenced below.
A00001 - The response date for this combined synopsis/solicitation has been extended until May 16, 2025 at 11:00 AM EDT.
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 70Z03825QJ0000308 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 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 the following items:
Item Name: AC Contactor
National Stock Number: 6110-01-105-6615
Part Number: D-56B
Alternate Part Number: 70550-02027-102
Alternate Part Number: 70550-02027-104
Alternate Part Number: D56B*
Alternate Part Number: 1616035-1
Alternate Part Number: D56B
Quantity: 4 EA
Manufacturer Cage Codes: 74063, 78286
Requested Delivery: 05/19/2025
All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), TE Connectivity Corp (Cage Code 74063) or Sikorsky Aircraft Corporation (Cage Code 78286). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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. 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 airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures.
The contractor shall furnish a Certificate of Conformance (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 to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.
All parts shall be newly manufactured commercial items. New Surplus shall be considered with approval from Medium Range Recovery (MRR) Engineering. If quoting new surplus items, photos of packaging and/or items must be included with quotation.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03825QJ0000308” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
Closing date and time for receipt of offers is 5/16/2025 at 11:00 AM Eastern Time. Anticipated award date is on or about 5/16/2025. E-mail quotations may be sent to Paige.E.Kressley@uscg.mil Please indicate 70Z03825QJ0000308 in the subject line.