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 70Z03826QJ0000026 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 effective 1 October 2025.
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250. This solicitation is 100% Set-Aside for Small Business. 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 for following items on a competitive basis as a result of this synopsis/solicitation:
Item Name: Bulkhead Assembly
Part Number: 70209-82546-049
National Stock Number: 6210-01-HS2-0035
Quantity: 4 EA
Manufacturer Cage Code: 78286, 1SY53, or 1WA71
Requested Delivery Date: 02/24/2026
At the time of award, the United States Coast Guard (USCG) will place an order for the quantity four (4) items. In accordance with Federal Acquisition Regulation (FAR) 52.217-6, the USCG may require six (6) additional components for up to a maximum quantity of ten (10) items at the same price and lead time as the original order within three hundred and 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), Sikorsky Aircraft Corporation (Cage Code 78286), KTW INC. (Cage Code 1SY53), or Valley Tool and Manufacturing (Cage Code 1WA71). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location.
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.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000026” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
Closing date and time for receipt of offers is 11/3/2025 at 2:00pm Eastern Daylight Time. Anticipated award date is on or about 11/6/2025. E-mail quotations may be sent to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000026 in the subject line.