Third Party Financing Services for CGS Energy
Agency: Clearwater Gas Systems [FL]
Location: Florida
NAICS: Not Provided
| Agency | Aviation Logistics Center |
|---|---|
| Deadline | 01/14/26 |
| Posted | 01/08/26 |
| Estimated Value | Not Provided |
| Set Aside | None |
| NAICS | 488190 - Other Support Activities for Air Transportation |
| PSC | J016 - Maint/Repair/Rebuild Of Equipment- Aircraft Components And Accessories |
| Location | FL USA |
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12, 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 70Z03826QB0000027 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO). The applicable North American Industry Classification Standard Code is 488190. The small business size standard is $40 million. This is a restricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order shall be awarded on a Sole Source basis to Sherwood Avionics & Accessories Inc. as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Eaton Aerospace LLC. (Cage Code: 62983). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM approved source. See attached documents titled: Requirements - 70Z03826QB0000027 , Statement of Work 70Z03826QB0000027 , Terms and Conditions 70Z03826QB0000027 , Redacted J and A 70Z03826QB0000027 , and Wage Determination 2015-4543 Rev 33 (FL). 52.217-6 Option for Increased Quantity (MAR 1989) applies to this acquisition and is tailored as follows: For Line Item 1, the Government may increase the quantity of services called for in the Schedule, by up to a quantity of Twenty (20), at the unit price specified, up to a maximum quantity of Twenty-Four (24). The Contracting Officer may exercise the option by written notice to the Contractor within one calendar year after Purchase Order award. Delivery of the added items shall continue at the same rate as the like items call for under the Purchase Order, unless the parties otherwise agree. ***Please note that if the USCG chooses to exercise any optional quantity modification, such modifications will be issued unilaterally to the contractor. (End of Clause) Closing date and time for receipt of offers is 14 January 2026 at 10:00 am EST. Quotes and questions shall be submitted by email to Elaina.M.Price@uscg.mil. Please indicate solicitation 70Z03826QB0000027 in the subject line. Phone call quotes WILL NOT be accepted.
Background This solicitation is issued by the United States Coast Guard (USCG) for the repair of hydraulic motors utilized on the MH-65 helicopter. The goal of the contract is to ensure that all components are repaired to meet the Original Equipment Manufacturer (OEM) specifications, thereby maintaining operational readiness for search and rescue missions. The anticipated award will be a firm-fixed price purchase order on a Sole Source basis to Sherwood Avionics & Accessories Inc., with all parts requiring clear traceability to Eaton Aerospace LLC. Work Details The contractor is required to perform the following tasks: 1. Conduct a test and evaluation of received components to determine their condition, marking them as Ready for Installation (RFI) or Beyond Economical Repair (BER). 2. Repair non-RFI components to RFI condition according to OEM minimum functional performance specifications, addressing specific faults noted on attached tags. 3. Perform additional inspections and rectify deficiencies, including replacing missing or broken parts and removing foreign matter or corrosion. 4. Disassemble components as necessary if corrosion is found during inspection, replacing corroded parts unless removal does not impair efficiency or safety. 5. Complete all repairs at either the contractor's facility or a USCG-approved facility, providing all necessary materials, labor, tooling, and test equipment. 6. Notify the USCG in writing if any Government Furnished Equipment (GFE) is required for repairs and adjust costs accordingly. 7. Ensure access to current Component Maintenance Manuals (CMMs) and other technical documents necessary for compliance with OEM specifications. Period of Performance The contract will be performed over a period determined by the completion of tasks outlined in the Statement of Work, with options for increased quantities potentially extending this timeframe. Place of Performance The work will be performed at the contractor’s facility or at a facility approved by the USCG.
| Contact name | Mary Elaina Price |
|---|---|
| Contact email | elaina.m.price@uscg.mil |
| Contact phone | (252) 335-6372 |
| Secondary contact name | Alyson Harrison |
| Secondary contact email | alyson.s.harrison2@uscg.mil |
| Secondary contact phone | (571) 613-5816 |
Agency: Clearwater Gas Systems [FL]
Location: Florida
NAICS: Not Provided
Agency: Florida Department of Highway Safety and Motor Vehicles (HSMV) [FL]
Location: Florida
NAICS: Not Provided
Agency: USACE Jacksonville District
Location: Florida
NAICS: 237990
Agency: USACE Jacksonville District
Location: Florida
NAICS: 237990