A00004 - The response date for this combined synopsis/solicitation has been extended until July 8, 2025 at 2:00 PM EDT and has been amended to add CAGE code 05228 as an acceptable manufacturer; Attachment 1 - Terms and Conditions - 70Z03825QJ0000327 has been amended with this update.
A00003 - The response date for this combined synopsis/solicitation has been extended until July 1, 2025 at 2:00 PM EDT.
A00002 - The response date for this combined synopsis/solicitation has been extended until June 23, 2025 at 2:00 PM EDT.
A00001 - The response date for this combined synopsis/solicitation has been extended until June 16, 2025 at 2:00 PM EDT.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13 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 70Z03825QJ0000327 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 Effective January 17, 2025.
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 quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the following items:
Item Name: Valve, Shutoff
National Stock Number: 2915-01-302-7146
Part Number: 70307-83805-104 (Manufactured by Cage Code: 78286 or 05228)
Alt Part Number: 83805-106 (Manufactured by Cage Code 09790)
Alt Part Number: 83806-106 (Manufactured by Cage Code 09790)
Quantity: 15 EA
Requested Delivery: 06/01/2026
The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) has the sole authority for approving sources for the procurement, repair, and overhaul of this item. Responsible Contractors are limited to NAVSUP WSS approved sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement.
Only the items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturers (OEM), Sikorsky (Cage Code 78286), PTI Technologies (05228), or Eaton Aerospace, LLC (Cage Code 99643, 09790). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. Concerns 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, manufacturer's COC and its own certificate of conformance airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer.
All parts shall be NEW approved parts.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03825QJ0000327” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
Closing date and time for receipt of offers is 7/8/2025 at 2:00 PM Eastern Time. Anticipated award date is on or about 7/10/2025. E-mail quotations may be sent to [email protected] Please indicate 70Z03825QJ0000327 in the subject line.