Active Solicitation · DEPARTMENT OF HOMELAND SECURITY

    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.

    Sol. 70Z03825RJ0000008Combined Synopsis/SolicitationElizabeth City, NC
    Open · 83d remaining
    DAYS TO CLOSE
    83
    closes Jul 15, 2026
    POSTED
    Feb 26, 2026
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    1615
    Product & service classification

    AI Summary

    The Department of Homeland Security is seeking proposals for the overhaul of various aircraft components, including spindles and valves, under solicitation number 70Z03825RJ0000008. This RFP is set to expire on July 15, 2026, and requires compliance with FAA guidelines and traceability to the OEM, Sikorsky Aircraft Corporation. Proposals must ensure airworthiness and safety for USCG aircraft.

    Contract details

    Solicitation No.
    70Z03825RJ0000008
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    February 26, 2026
    Response Deadline
    July 15, 2026
    NAICS Code
    336413AI guide
    PSC / Class Code
    1615
    Contract Code
    7008
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Trenton Twiford
    State
    NC
    ZIP Code
    27909
    AI Product/Service
    both

    Description

    A00001 - This solicitation has been extended. It is now set to expire on Wednesday, 07/15/2026 at 2:00PM EDT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 70Z03825RJ0000008 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective 01 October 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. It is anticipated that one (1) Indefinite Delivery Requirements type contract with firm-fixed pricing (FFP), consisting of a one (1) year base period and, if exercised, two (2) one (1) year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed three (3) years. FFP Delivery Orders will be issued against the contract as items are required. The list of items and estimated quantities can be found on “Attachment 1 – Schedule of Supplies – 70Z03825RJ0000008”. Only the items requested in this solicitation will be considered for award. All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation, (Cage Code 78286). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from the OEM to its current location. Sikorsky Aircraft Corporation is the OEM and the only approved source of supply. All overhauls must be approved in accordance with “Attachment 3, ‘Statement of Work – 70Z03825RJ0000008”. Components must be approved with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded 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 airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. 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, Certificate of Airworthiness, manufacturer's COC and its own COC to ensure parts are in airworthy condition and suitable for installation on United States Coast Guard (USCG) aircraft. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 – “SCHEDULE OF SUPPLIES– 70Z03825RJ0000008” SEE ATTACHMENT 2 – “TERMS AND CONDITIONS – 70Z03825RJ0000008” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. SEE ATTACHMENT 3 – “STATEMENT OF WORK – 70Z03825RJ0000008” SEE ATTACHMENT 4 – “REDACTED J AND A – 70Z03825RJ0000008” Closing date and time for receipt of offers is 7/15/2026 at 2:00 PM Eastern Time. Anticipated award date is on or about 9/17/2026. E-mail quotations may be sent to Trenton.C.Twiford@uscg.mil. Please indicate 70Z03825RJ0000008 in the subject line.

    Key dates

    1. February 26, 2026Posted Date
    2. July 15, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies. is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.