MH-65 Repair of Engine Extinguishers

Project ID: 70Z03826QB0000052 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyAviation Logistics Center
Deadline02/13/26
Posted02/11/26
Estimated Value<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Set AsideNone
NAICS488190 - Other Support Activities for Air Transportation
PSCJ016 - Maint/Repair/Rebuild Of Equipment- Aircraft Components And Accessories
LocationTX USA
Description
Primary Latest Change

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.202, 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 70Z03826QB0000052 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 being solicited on a sole source basis. 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 Shoreline Marine, Inc. DBA Safetech (CAGE Code: 06ZV6) as a result of this synopsis/solicitation. Sources must be able to obtain the required technical expertise, engineering data, and Original Equipment Manufacturer (OEM) parts required to successfully perform the required repairs. Concerns having the expertise and required capabilities to provide these repairs are invited to submit offers in accordance with the requirements stipulated in this solicitation. See attached documents titled: Requirements - 70Z03826QB0000052 , Statement of Work 70Z03826QB0000052 , Terms and Conditions 70Z03826QB0000052 , Redacted J and A 70Z03826QB0000052 , and Wage Determination (TX) 2015-5233 REV 29 . Closing date and time for receipt of offers is 13 February 2026 at 09:00am EST. Quotes and questions shall be submitted by email to Alisha.M.Colson@uscg.mil. Please indicate solicitation 70Z03826QB0000052 in the subject line. Phone call quotes WILL NOT be accepted.

Summary (Newest Update)

Background This solicitation is issued by the United States Coast Guard (USCG) for the overhaul of engine extinguishers used on the H-65 helicopter. The goal is to ensure that these components meet the necessary performance specifications and are suitable for installation on USCG aircraft. The contract will be awarded on a sole source basis to Shoreline Marine, Inc. DBA Safetech, which has the required technical expertise and access to Original Equipment Manufacturer (OEM) parts. Work Details The contractor is required to perform the following tasks: 1. Overhaul 16 engine extinguishers (NSN: 1680-14-562-8832, Part Number: 10230-01). Upon receipt, conduct a test and evaluation to determine if items are Ready for Installation (RFI) or Beyond Economical Repair (BER). 2. For RFI items, prepare a failure data report and return them as-is. Non-RFI components must be overhauled according to OEM specifications, including inspections for deficiencies, replacement of broken parts, removal of corrosion, and successful hydrostatic testing. 3. If corrosion is found during inspection, disassembly and further inspection must occur to address affected parts. 4. Work must be performed at the contractor's or USCG-approved facility with all necessary materials provided by the contractor unless Government Furnished Equipment (GFE) is required. 5. All overhauled parts must be airworthy and tagged appropriately with a DD Form 1574 Serviceable Condition Code Tag. Period of Performance The work is expected to be completed within specified time frames: Test and Evaluation within fifteen (15) calendar days after receipt of components; Overhaul within thirty (30) calendar days after receipt of components. Place of Performance Work will be performed at the contractor’s facility or a USCG approved facility.

Contacts
Contact nameAlisha Colson
Contact emailalisha.m.colson@uscg.mil
Contact phoneNone
Secondary contact nameSelmary Melendez
Secondary contact emailselmary.melendezgonzalez3@uscg.mil
Secondary contact phoneNone
Same Region Opportunities