Purchase of Aileron Booster Assy
ID: 70Z03826QH0000002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the purchase of an Aileron Booster Assembly, identified by Part Number 374455-7 and National Stock Number 1650-01-134-4415. This procurement is a total small business set-aside, emphasizing the need for new, approved parts with traceability to the Original Equipment Manufacturer, Lockheed Martin. The contract is crucial for maintaining the operational readiness of U.S. Coast Guard aircraft, ensuring safety and efficiency in aviation operations. Interested vendors must submit their quotations by November 12, 2025, with the anticipated award date around December 31, 2025; inquiries can be directed to Angela Watts at Angela.L.Watts@uscg.mil or D05-SMB-LRS-Procurement@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the terms and conditions for federal government solicitations, effective October 1, 2025 (FAC 2025-06), integrating Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. It specifies that certain representations related to greenhouse gas emissions and commercial products/services will not be considered or enforced. Offerors must complete specific FAR provisions regarding telecommunications equipment and will be evaluated based on the lowest priced, technically acceptable offer, prioritizing new manufactured commercial items from Original Equipment Manufacturers (OEMs). The document includes detailed definitions for various business classifications and certifications, such as small business, veteran-owned, and women-owned concerns. It also covers compliance requirements for Executive Orders, the Buy American Act, Trade Agreements, and certifications regarding responsibility matters, child labor, and taxpayer identification. Key operational requirements for awarded contracts include shipping instructions, inspection and acceptance procedures, material inspection and receiving reports, and strict packing, marking, and preservation standards. Quality assurance protocols are emphasized for products affecting USCG aircraft, requiring immediate notification of defects, a robust Quality Control Manual, and government access to facilities and records. Whistleblower rights, safeguarding of contractor information systems, and prohibitions on Kaspersky Lab products and contracting with inverted domestic corporations or entities involved with Iran are also detailed. Lastly, it includes provisions on corporate tax liability, felony convictions, public disclosure of greenhouse gas emissions, and restrictions on confidentiality agreements for whistleblowers, alongside covered telecommunications equipment representations.
    This document, Attachment 2 - SCHEDULE - 70Z03826QH0000002, is a request for quotation (RFQ) for the purchase of an AILERON BOOSTER ASSY with NSN: 1650-01-134-4415 and Part Number: 374455-7. It is part of a federal government procurement process, likely an RFP. Vendors are instructed to fill in yellow boxes for quantity, unit price, and lead-time, while other fields auto-calculate. The document specifically asks for details on additional charges, fees, or prompt payment discounts. It provides contact information for questions: Angela.L.Watts@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. This RFQ aims to solicit bids for a specific aviation component, outlining the required information for submission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    Mount Assy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Procurement of Various Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Assembly, Beam
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an Assembly, Beam, under a sole source contract with Sikorsky Aircraft Corporation. The procurement involves a quantity of 10 units, with a requested delivery date of February 1, 2026, and early shipments are encouraged at no additional cost to the government. This assembly is critical for the operational capabilities of the Coast Guard's aviation assets, and the procurement process is set to conclude with a response deadline of December 15, 2025, at 2:00 PM EST. Interested parties may submit quotations to the designated contacts, Adam Finnell and the MRR Procurement Mailbox, for consideration.
    ADAPTER, PROP BALANCER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an "ADAPTER, PROP BALANCER" from GE Aviation Systems LLC, the Original Equipment Manufacturer. This procurement is a sole-source acquisition under the Defense Logistics Agency’s Basic Ordering Agreement, with a focus on obtaining a specific item identified by NSN 4920-01-503-3363 and Part Number 7A071, which is critical for aircraft maintenance and repair operations. Interested vendors are encouraged to submit quotations by the extended deadline of January 8, 2026, with early delivery options welcomed, and should direct their inquiries to Stacey M. Riggs at Stacey.M.Riggs@uscg.mil or William T. Swinson at William.T.SwinsonII@uscg.mil.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.