Bearing, Plain, Self
Description
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 only the solicitation; quotations are being requested, and a written solicitation will not be issued. Solicitation number 70Z03825QJ0000400 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses 0are those in effect through Federal Acquisition Circular 2025-05, effective 07 August 2025. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This solicitation is 100% Set-Aside for Small Business. 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: Bearing, Plain, Self National Stock Number: 3120-01-330-6397 Part Number: SB5064-103 Quantity: 100 EA Requested Delivery: 08/20/2025 At the time of award, the USCG intends to place an order for the purchase of one hundred (100) item (s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require sixty-eight (68) additional items for a maximum quantity of one hundred sixty-eight (168) at the same price and lead time as the original order, for up to three hundred and sixty-five (365) days after the initial award date. ***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor. All parts shall have clear traceability to the Original Equipment Manufacturers (OEMs), Sikorsky Aircraft Corporation (Cage Code 78286), Roller Bearing Company of America, Inc. (Cage Code 73134), Sargent Aerospace & Defense, LLC (Cage Code 97613), or Timken Co. (Cage Code 21335). 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. Parts must be approved in accordance 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 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 to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer. All parts shall be NEW approved parts. New Surplus will be considered with approval from Medium Range Recovery (MRR) Engineering. If quoting new surplus items, photos of packaging and/or items MUST be included with the quotation. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - TERMS AND CONDITIONS 70Z03825QJ0000400 FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. Closing date and time for receipt of offers is 8/20/2025 at 2:00 PM Eastern Time. Anticipated award date is on or about 8/25/2025. E-mail quotations may be sent to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03825QJ0000400 in the subject line.
Files
Award Information
Not yet awarded
Notice Timeline
Combined Synopsis/Solicitation
Aug 14, 2025
Contacts
Cindy Harmes
Cindy.K.Harmes@uscg.mil