A00002 - The response date to this combined synopsis/solicitation has been extended until February 5, 2026 at 2:00 PM EST.
A00001 - The response date to this combined synopsis/solicitation has been extended until January 29, 2026 at 2:00 PM EST.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.201, 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 70Z03826QJ0000049 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO).
The applicable North American Industry Classification Standard Code is 488190. The small business size standard is $40 million. 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 for repair of Transducer, Motional on a sole source basis as a result of this synopsis/solicitation. Pricing should be provided on Attachment 1 – Schedule-70Z03826QJ0000049.
The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) has the sole authority for approving sources for the procurement, repair, and overhaul of this item. Responsible Contractors are limited to NAVSUP WSS approved sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement. Use of only these sources will ensure all parts are repaired to the Original Equipment Manufacturers (OEM) specifications.
The Original Equipment Manufacturer (OEM) of this item is Rosemount Aerospace, Inc (Cage Code 59885). All repairs shall be performed by the OEM. Concerns that are NAVSUP WSS/OEM authorized and have the expertise and required capabilities to repair this item are invited to submit offers in accordance with the requirements stipulated in this solicitation.
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.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
ATTACHMENT 1-“SCHEDULE-70Z03826QJ0000049”
ATTACHMENT 2–“STATEMENT OF WORK-70Z03826QJ0000049”
ATTACHMENT 3 -“TERMS AND CONDITIONS – 70Z03826QJ0000049” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA
ATTACHMENT 4 – “REDACTED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION – 70Z03826QJ0000049”
ATTACHMENT 5 -“WAGE DETERMINATION MINNESOTA-70Z03826QJ0000049”
Closing date and time for receipt of offers is 2/5/2026 at 2:00 PM Eastern Standard Time. Anticipated award date is on or about 2/6/2026. E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000049 in subject line.