MH-65 Spare Parts
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 (Original)
- Original Published Date: Jan 30, 2025 01:25 pm EST
- Original Date Offers Due: Feb 06, 2025 11:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 21, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: Elizabeth City , NC 27909USA
Description
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 70Z03825QB0000039 is issued
as a request for quotation (RFQ). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective
January 17, 2025.
The applicable North American Industry Classification Standard Code is 336413. The small
business size standard is 1,250 employees. This is a restricted 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 shall be awarded on a Sole Source basis to
Airbus Helicopters, Inc. as a result of this synopsis/solicitation. All parts must have clear
traceability to the Original Equipment Manufacturer (OEM), Airbus Helicopters, France (Cage
Code: F0210). Traceability means a clear, complete, documented, and auditable paper trail which
traces each step from an OEM approved source.
See attached documents titled:
“Requirements – 70Z03825QB0000039,”
“Terms and Conditions – 70Z03825QB0000039” and
“Redacted J and A – 70Z03825QB0000039”.
52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored
as follows:
The Government may increase the quantity of supplies called for in the Schedule, for Line Item
1 by up to a quantity of two (2), at the unit price specified, up to a maximum quantity of three
(3). The Contracting Officer may exercise the option by written notice to the Contractor within
one calendar year after Purchase Order award. Delivery of the added items shall continue at
the same rate as the like items call for under the Purchase Order, unless the parties otherwise
agree.
***Please note that if the USCG chooses to exercise any optional quantity modification, such
modifications will be issued unilaterally to the contractor.
(End of Clause)
It is the Government's belief that Airbus Helicopters, INC. is the only known source to provide
traceability and genuine OEM parts. 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.
Alternate part numbers will be accepted. Parts must be approved in accordance with Federal
Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Best value to the
Government is always the goal, but 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 Conformance (COC). The Federal Aviation Regulation, Part 21, and Federal
Acquisition Regulation (FAR) clause 52.246-15 outline these certification procedures.
NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. ONLY NEW
PARTS WILL BE ACCEPTED.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM
THIS AGENCY.
Closing date and time for receipt of offers is 4 February 2025 at 11:00 am EST. Quotes and
questions shall be submitted by email to Raymond.V.Marler@uscg.mil. Please indicate
solicitation 70Z03825QB0000039 in the subject line. Phone call quotes WILL NOT be
accepted.
Attachments/Links
Contact Information
Contracting Office Address
- 1664 Weeksville Road
- Elizabeth City , NC 27909
- USA
Primary Point of Contact
- Raymond V. Marler
- raymond.v.marler@uscg.mil
Secondary Point of Contact
- Maggie D. Cox
- Maggie.d.cox@uscg.mil
- Phone Number 2523356822
History
- Feb 21, 2025 11:55 pm ESTCombined Synopsis/Solicitation (Original)
- Feb 11, 2025 02:23 pm ESTAward Notice (Original)