ContractCombined Synopsis/Solicitation

Various Avionic Components

DEPARTMENT OF HOMELAND SECURITY 70Z03826QJ0000035
Response Deadline
May 12, 2026
4 days left
Days Remaining
4
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The U.S. Coast Guard Aviation Logistics Center within the Department of Homeland Security is seeking avionic components to support USCG aircraft, with the acquisition justified as a sole-source effort to avoid grounding aircraft and preserve mission performance. The procurement covers six line items, including antennas, fans, radio receivers, receiver-transmitters, VPM-8600A units, and high-power amplifiers. Vendors must provide new approved parts with clear OEM traceability back to Rockwell Collins, a certificate of conformance, and compliance with the stated quality, packaging, shipping, and regulatory requirements; evaluation emphasizes technical acceptability, past performance, and price. Quotations are due by May 12, 2026 at 10:00 AM EDT and should be emailed to Adam.A.Finnell2@uscg.mil with solicitation number 70Z03826QJ0000035 in the subject line.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
5836
VIDEO RECORDING AND REPRODUCING EQUIPMENT

Solicitation Documents

5 Files
Attachment 1 - List of Items - 70Z03826QJ0000035.xlsx
Excel30 KBMay 8, 2026
AI Summary
The document, Attachment 1 – List of Items – 70Z03826QJ0000035, is a procurement request from the US Coast Guard Aviation Logistics Center in Elizabeth City, NC. It lists six items, including antennas, fans, radio receivers, receiver-transmitters, VPM-8600A units, and high-power amplifiers, with specified quantities for each. The document indicates that all items are currently priced at $0.00, suggesting that this is a request for quotation (RFQ) where vendors are expected to provide pricing and lead times. It also specifies terms regarding Freight On Board (F.O.B.), stating that all quotes will be considered F.O.B. Destination unless F.O.B. Origin is clearly marked and estimated shipping costs are included. The contact person for this request is Contract Specialist Adam Finnell, whose email address is provided.
Attachment 2 - Terms and Conditions - 70Z03826QJ0000035.pdf
PDF748 KBApr 16, 2026
AI Summary
This government file, Attachment 2, outlines the comprehensive terms and conditions for a Department of Homeland Security (DHS) acquisition of commercial items, identified as 70Z03826QJ0000035. It details provisions and clauses applicable to any awarded order, superseding all other terms. Key aspects include instructions for offerors, evaluation criteria (with an emphasis on fair and reasonable pricing due to the sole-source nature, but allowing for competitive offers if authorized by Rockwell Collins, Inc.), and specific requirements for large businesses to submit a Small Business Subcontracting Plan. The document heavily emphasizes security prohibitions and exclusions related to telecommunications equipment, covered articles, and business operations in Sudan and Iran, requiring offerors to make representations and certifications regarding compliance and to disclose any non-compliance. It also incorporates various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) provisions and clauses by reference, covering areas such as contractor employee whistleblower rights, sustainable products and services, quality assurance for products affecting USCG aircraft, packaging, shipping, inspection, acceptance, and invoicing procedures. The document specifies the USCG Aviation Logistics Center as the shipping destination and outlines requirements for a Certificate of Conformance and full traceability of parts.
A00003 - Attachment 2 - Terms and Conditions - 70Z03826QJ0000035.pdf
PDF752 KBMay 8, 2026
AI Summary
This government file outlines the terms and conditions for a sole-source acquisition of commercial items by the Department of Homeland Security (DHS) from Rockwell Collins Inc (RCI). The evaluation criteria prioritize technical acceptability, past performance, and price, with the lowest-priced technically acceptable offer being selected. Key provisions include requirements for a Small Business Subcontracting Plan for large businesses, strict quality assurance protocols for products affecting USCG aircraft, and detailed packaging and shipping instructions. The document also incorporates numerous Federal Acquisition Regulation (FAR) clauses by reference, focusing on areas such as prohibitions on certain telecommunications equipment and services, restrictions on business operations in Sudan and Iran, and various certifications related to labor standards and environmental concerns. Contractors must ensure compliance with these regulations, conduct reasonable inquiries into their supply chains, and report any non-compliance or prohibited products/services.
A00001 - Attachment 2 - Terms and Conditions - 70Z03826QJ0000035.pdf
PDF749 KBMay 8, 2026
AI Summary
This government file, Attachment 2, outlines the comprehensive terms and conditions for a Department of Homeland Security (DHS) acquisition of commercial items, specifically for USCG aircraft. It details various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, including those related to small business subcontracting plans, commercial item evaluation (noting a sole-source acquisition with Rockwell Collins, Inc. (RCI) for fair and reasonable pricing), and authorized deviations in provisions and clauses. Key aspects include strict quality assurance requirements for products touching USCG aircraft, detailed packaging and shipping instructions to the USCG Aviation Logistics Center (ALC), and specific inspection and acceptance criteria requiring a Certificate of Conformance (COC) and full traceability. The document also incorporates extensive security prohibitions and exclusions related to telecommunications equipment (e.g., Huawei, ZTE), Kaspersky Lab products, unmanned aircraft systems from covered foreign entities, and restrictions on business operations in Sudan and Iran, emphasizing compliance, disclosure, and reporting requirements for contractors.
Attachment 3 - Redacted J and A - 70Z03826QJ0000035.pdf
PDF3461 KBMay 8, 2026
AI Summary
This document is a Justification for Other Than Full and Open Competition (J&A) for the USCG, specifically referencing solicitation 70Z03826QJ0000035. The core purpose of this J&A is to justify a sole source acquisition to prevent the grounding of USCG aircraft due to a lack of available components, which would jeopardize mission performance. The Buy American Statute is applicable and will be included in the solicitation and contract terms. Efforts to identify potential sources included forecasting in the DHS Acquisition Planning Forecast System (APFS) (F2026072285, published 11/12/2025, revised 02/25/2026), which yielded no responses. The J&A will be posted on SAM.gov under the solicitation number with an estimated publication date of 04/30/2026. The Contracting Officer will determine the anticipated cost to be fair and reasonable by comparing it with an Independent Government Cost Estimate and similar items in related industries.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 10, 2026
amendedAmendment #1· Description UpdatedApr 16, 2026
amendedAmendment #2· Description UpdatedApr 30, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 12, 2026
expiryArchive DateMay 27, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)

Point of Contact

Name
Adam Finnell

Official Sources