Skip to main content

An official website of the United States government

You have 2 new alerts

MH65 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: Nov 21, 2024 12:32 pm EST
  • Original Date Offers Due: Nov 27, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 21, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

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 70Z03825QB0000028 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) 2025-01 Effective November 12, 2024.

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 – 70Z03825QB0000028,”

“Terms and Conditions – 70Z03825QB0000028” and

“Redacted J and A – 70Z03825QB0000028”.

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 three (3), at the unit price specified, up to a maximum quantity of eight (8). 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 27 November 2024 at 11:00am EST. Quotes and questions shall be submitted by email to raymond.v.marler@uscg.mil. Please indicate solicitation 70Z03825QB0000028 in the subject line. Phone call quotes WILL NOT be accepted.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History