ContractSources Sought

Procurement of Propeller Assemblies, Spare Parts and Components

DEPARTMENT OF HOMELAND SECURITY 70Z03826QL0000013
Response Deadline
Apr 18, 2026
17 days left
Days Remaining
17
Until deadline
Set-Aside
Full & Open
Notice Type
Sources Sought

Contract Opportunity Analysis

The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components for the HC-144 Maritime Patrol Aircraft (MPA). This procurement is intended to establish a sole-source Indefinite Delivery Requirements-type contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., the sole Original Equipment Manufacturer (OEM) for these critical safety items, ensuring the integrity and warranty of the aircraft. The contract will span a base year with four additional option years, and interested parties must submit their proposals by December 12, 2025, at 11:59 PM EST, with all inquiries directed to Dmitri E. Mercer at Dmitri.E.Mercer@uscg.mil.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
4330
CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS

Solicitation Documents

3 Files
Attachment 3- Redacted Justification for other than full and open competition (11.21).pdf
PDF2791 KBMar 12, 2026
AI Summary
The Department of Homeland Security, United States Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Surveillance (MRS) division, is seeking approval for a sole-source Indefinite Delivery, Requirements-type contract for propeller assemblies, spare parts, and components for the HC-144 Maritime Patrol Aircraft (MPA). Hamilton Sundstrand Corporation is the sole Original Equipment Manufacturer (OEM) and possesses the proprietary data rights and specifications. These parts are designated as Critical Safety Items (CSIs), and using non-OEM parts could compromise aircraft integrity and void warranties. Market research confirmed Hamilton Sundstrand as the only qualified source. The estimated total value of the contract, including options, will be determined based on fair and reasonable pricing in accordance with FAR 13.106-3. The justification cites 10 U.S.C 3204(c) and FAR 6.302-1, "Only one responsible source," as the statutory authority. The USCG plans to continue market research and explore the feasibility of acquiring technical data from the OEM to foster future competition.
Attachment 2 - Terms and Conditions.docx
Word103 KBMar 12, 2026
AI Summary
This government solicitation (70Z03825RL0000005) outlines the terms and conditions for federal acquisitions, emphasizing compliance with Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Key provisions incorporated by reference include those related to the System for Award Management (SAM), Commercial and Government Entity Code Reporting, and Evaluation of Options. Offerors must complete specific FAR provisions concerning telecommunications and video surveillance services (52.204-24, 52.204-26) and responsibility matters (52.209-7). A critical component is the prohibition against using covered telecommunications equipment or services from certain entities, with detailed disclosure requirements if such equipment/services are provided or used. The solicitation also addresses offeror representations regarding small business status, veteran ownership, disadvantaged business status, women-owned businesses, HUBZone concerns, affirmative action compliance, payments to influence federal transactions, Buy American Act certifications, trade agreements, responsibility matters (debarment, convictions, delinquent taxes), child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, inverted domestic corporations, Iran-related activities, ownership/control, greenhouse gas emissions, and whistleblower protections. Offers will be evaluated based on the lowest evaluated price for technically acceptable proposals, which must include company information and fully quoted line items.
Attachment 1 - Full Schedule.docx
Word84 KBMar 12, 2026
AI Summary
The document, identified as Attachment 1 Full Schedule 70Z038826QL0000013, outlines a comprehensive procurement schedule for various aircraft components and related hardware across a base year and four option years. Each year lists identical items and quantities, indicating a recurring need for these parts. The schedule includes a wide range of parts such as valves, blade heaters, propeller blades, actuators, nuts, films, O-rings, seals, shims, bearings, washers, sensors, switches, bolts, brackets, rings, sleeves, and water collectors. Although unit prices and total costs are listed as zero, the consistent repetition of items and quantities across all years suggests a long-term contract for the supply of these specific components. This document is likely a component of a larger Request for Proposal (RFP) or contract, detailing the scope of work and expected deliverables over a multi-year period.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 21, 2025
amendedAmendment #1Dec 2, 2025
amendedAmendment #2Dec 11, 2025
amendedAmendment #3Jan 13, 2026
amendedLatest AmendmentMar 12, 2026
deadlineResponse DeadlineApr 18, 2026
expiryArchive DateApr 25, 2026

Agency Information

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

Point of Contact

Name
Dmitri E. Mercer

Place of Performance

North Carolina, UNITED STATES

Official Sources