Skip to main content

An official website of the United States government

You have 2 new alerts

Procurement of Bearingless Window Track Sets

info alert

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: Mar 17, 2025 11:46 am EDT
  • Original Published Date: Feb 11, 2025 03:53 pm EST
  • Updated Date Offers Due: Mar 31, 2025 02:00 pm EDT
  • Original Date Offers Due: Mar 03, 2025 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 15, 2025
  • Original Inactive Date: Mar 18, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

A00004 - The response date for this combined synopsis/solicitation has been extended until March 31, 2025 at 2:00 PM EST.

A00003 - The response date for this combined synopsis/solicitation has been extended until March 17, 2025 at 2:00 PM EST. 

A00002 - This solicitation has been amended. Attachment 2 - 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 - Attachment 2 - Terms and Conditions have 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 70Z03825QJ0000003 is issued as a Request for Quote (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 requirement will be issued on a sole source basis. All responsible sources may submit a quotation which shall be considered by the agency. 

This contract is expected to be awarded on a sole source basis to National Precision Bearing (NPB), the sole source distributor for Kamatics Corporation the Original Equipment Manufacturer (OEM). It is anticipated that one (1) Indefinite Delivery Requirements type contract with firm-fixed pricing (FFP), consisting of one (1) one-year base period and if exercised, four (4) one (1) year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. FFP Delivery Orders will be issued. The list of supplies estimated quantities can be found on “Attachment 1 – Schedule of Supplies – 70Z03825QJ0000003”.

Only items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Kamatics Corporation (Kamatics) (Cage Code 50632). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. Contractors having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Responsible Contractors are limited to the OEM.

The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The 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 items are in airworthy condition and suitable for installation on United States Coast Guard (USCG) aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. All parts shall be NEW approved parts.

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

SEE:

ATTACHMENT 1 – “SCHEDULE OF SUPPLIES – 70Z03825QJ0000003”

ATTACHMENT 2 – “TERMS AND CONDITIONS - 70Z03825QJ0000003 FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA”

ATTACHMENT 3 – “REDACTED JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - 70Z03825QJ0000003”

Closing date and time for receipt of offers is 3/31/2025 at 2:00 pm Eastern Time.   Anticipated award date is on or about 5/1/2025.  E-mail quotations may be sent to Cariss.T.Perry2@uscg.mil and CC: MRR-PROCUREMENT@uscg.mil  Please indicate 70Z03825QJ0000003 in the subject line.

Contact Information

Contracting Office Address

  • 1664 Weeksville Road
  • Elizabeth City , NC 27909
  • USA

Primary Point of Contact

Secondary Point of Contact

History