Weapons Management System (WMS) New Buys
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Feb 28, 2025 02:16 pm EST
- Original Published Date: Feb 13, 2025 12:22 pm EST
- Updated Date Offers Due: Mar 21, 2025 02:00 pm EDT
- Original Date Offers Due: Mar 21, 2025 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 05, 2025
- Original Inactive Date: Apr 05, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1280 - AIRCRAFT BOMBING FIRE CONTROL COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance:
Description
A00002 - This solicitation has been amended. Attachment 1 - Terms and Conditions have been revised to incorporate the FAR Clause 52.223-23 and the following changes:
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Components shall not consider or use these representations.
Contracting officers will not consider the following representations when making award decisions or enforce requirements:
• Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services;
• Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply;
• Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services; and
• Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply.
Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
A00001- The solicitation has been amended. Attachment 1 - Terms and Conditions has been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13.5 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 70Z03825QJ0000134 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 17 January 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 limited source basis as a result of this synopsis/solicitation for the following items:
Item Name: Weapons Management System
National Stock Number: 1280-01-553-3883
Part Number: 1008710-02-006
Quantity: 8 EA
Manufacturer Cage Code: 73030
Requested Delivery: 08/10/2027
All parts shall have clear traceability to the Original Equipment Manufacturers (OEM’s), Hamilton Sundstrand (Cage Code 73030) 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.
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 NEW approved parts.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03825QJ0000134” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
Closing date and time for receipt of offers is 3/21/2025 at 2:00PM Eastern Time. Anticipated award date is on or about 04/01/2025. E-mail quotations may be sent to Amy.E.Whitehurst2@uscg.mil. Please indicate 70Z03825QJ0000134 in the subject line.
Attachments/Links
Contact Information
Contracting Office Address
- 1664 Weeksville Road
- Elizabeth City , NC 27909
- USA
Primary Point of Contact
- Amy Whitehurst
- Amy.E.Whitehurst2@uscg.mil
- Phone Number 2068314477
Secondary Point of Contact
History
- Apr 17, 2025 12:58 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 19, 2025 04:11 pm EDTCombined Synopsis/Solicitation (Updated)
- Feb 28, 2025 02:16 pm ESTCombined Synopsis/Solicitation (Updated)
- Feb 18, 2025 12:03 pm ESTCombined Synopsis/Solicitation (Updated)
- Feb 13, 2025 12:22 pm ESTCombined Synopsis/Solicitation (Original)