A00001 - The response date for this combined synopsis/solicitation has been extended until February 5, 2026 at 2:00 PM EST.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 70Z03826QJ0000042 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 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:
Nomenclature: Valve, Shutoff
National Stock Number (NSN): 2915-01-302-7146
Part Number (P/N): 83805-106
Alternate P/N: 83806-106 or 70307-83805-104
Quantity: 1
Requested Delivery Date: 1 Nov 2027
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. The safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement.
All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), PTI Technologies (Cage Code 05228) or Eaton Aerospace (Cage Code 99643). 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 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.
All parts shall be NEW approved parts.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000042” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
ATTACHMENT 2 – “REDACTED J AND A – 70Z03826QJ0000042” FOR JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION.
Closing date and time for receipt of offers is 2/5/2026 at 2:00 PM Eastern 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 70Z03826QJ0000042 in the subject line.