Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    PROCUREMENT OF SWASHPLATE ASSEMBLIES

    Sol. 70Z03825QJ0000002Combined Synopsis/SolicitationElizabeth City, NC
    Closed
    STATUS
    Closed
    closed May 29, 2025
    POSTED
    Feb 28, 2025
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    1615
    Product & service classification

    AI Summary

    The Department of Homeland Security, US Coast Guard, is seeking bids for the procurement of swashplate assemblies, with a submission deadline of May 29, 2025. This combined synopsis/solicitation has been amended to include revised terms and conditions, particularly regarding representations and certifications in the System for Award Management (SAM). Bidders should note that certain representations will not be considered in award decisions. Interested parties should review the updated solicitation for further details.

    Contract details

    Solicitation No.
    70Z03825QJ0000002
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    February 28, 2025
    Response Deadline
    May 29, 2025
    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
    product

    Description

    A00003 - This solicitation has been amended. Attachment 2 - Terms and Conditions have been revised to incorporate the FAR Clause 52.223-23 and the following changes:

    System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services.  Components shall not consider or use these representations.   

    Contracting officers will not consider the following representations when making award decisions or enforce requirements:

    •    Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services;
    •    Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services.  Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply;
    •    Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services; and
    •    Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply.

    Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 

    A00002 - This solicitation has been extended. It is now set to expire on Thursday, 05/29/2025 at 2:00 PM EDT.

    A00001 - This solicitatioin has been amended. Attachment 2 - Terms and Conditions have been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged.

    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13.5, 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 70Z03825QJ0000002 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01 effective 12 November 2024.

    The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 Employees. This is an unrestricted requirement. All responsible sources may submit a proposal which shall be considered by the agency.

    This contract is expected to be awarded on a sole source basis to Sikorsky Aircraft Corporation (Cage Code 78286). It is anticipated that one (1) Indefinite Delivery Requirements Type Contract, with firm-fixed pricing (FFP), consisting of one (1) 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 in accordance with the terms and conditions of the contract as supplies are required and funds are available. The list of supplies and estimated quantities can be found on Attachment 1 – “Schedule of Supplies-70Z03825QJ0000002”.

    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 an OEM or distributor to its current location. Prospective offerors must be NAVSUP Weapons System Support (WSS) certified. Contractors having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.

    The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. 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 (COA), manufacturers COC and its own COC to ensure parts are in airworthy condition and suitable for installation on United States Coast Guard (USCG) aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. All parts shall be NEW approved parts.

    NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

    SEE:

    ATTACHMENT 1: “SCHEDULE OF SUPPLIES – 70Z03825QJ0000002”

    ATTACHMENT 2: “TERMS AND CONDITIONS – 70Z03825QJ0000002”

    ATTACHMENT 3: “REDACTED J & A – 70Z03825QJ0000002”

    Closing date and time for receipt of offers is 5/29/2025 at 2:00PM Eastern Daylight Savings Time. Anticipated award date is on or about 2/25/2026    E-mail quotations may be sent to Trenton.C.Twiford@uscg.mil and CC: MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03825QJ0000002 in subject line.

    Key dates

    1. February 28, 2025Posted Date
    2. May 29, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    PROCUREMENT OF SWASHPLATE 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.