- Action Code: N/A
- Date: June 20, 2025
- Year: 2025
- Contracting Office Zip Code: 27909-5001
- Classification Code: 1560
- Contracting Office Address: USCG, ALC, MRS, Elizabeth City, NC
- Subject: HC-144 Aircraft Spares
- Proposed Solicitation Number: 70Z03825QL0000104
- Closing Response Date: June 26, 2025
- Primary Point of Contact: Debra. W. Heath
- Contract Award and Solicitation Number: To be assigned at time of award / 70Z03825QL0000104
- Contract Award Dollar Amount: TBD
- Contract Line Item Numbers: 01
- Contract Award Date: Estimate: TBD
- Contractor: TBD
- Description: WINDOW OBSERVATION
- Place of Contract Performance: TBD
- Set-aside Status: Total Small Business Set-Aside
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 70Z03825 QL0000104 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 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 QTY
1560-01-HS2-0904 CN235-10-10 WINDOW OBSERVATION 5
At the time of award, the USCG intends to place an order for the purchase of FIVE (5) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require FIVE (5) additional items for a maximum quantity of TEN (10) items at the same price as the original order, for up to three hundred & sixty-five (365) days 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 have clear traceability to the Original Equipment Manufacturer (OEM), SAINT-GOBAIN SULLY, Cage Code F0360). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location.
The contractor will 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.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
The following attachments apply to this solicitation:
Attachment A – Terms and Conditions
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) will not be accepted.
The closing date for this intent to award notice is June 25, 2025 at 4:00 pm EST. Point of contact for this intent to award notice is Debra.w.heath@uscg.mil.Please indicate 70Z03825QL0000104 in the subject line.