Rocket Software Licenses
Agency: Florida Department of Highway Safety and Motor Vehicles (HSMV) [FL]
Location: Florida
NAICS: Not Provided
| Agency | Aviation Logistics Center |
|---|---|
| Deadline | 03/16/26 |
| Posted | 02/27/26 |
| Estimated Value | $30,000 - $120,000 (AI estimate) |
| 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 solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.201 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 70Z03826QJ0000050 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 System (NAICS) code is 488190. The small business size standard is $40 million. 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 sole source basis as a result of this solicitation for the repair of items listed on Attachment 1 Schedule of Supplies 70Z03826QJ0000095. The Original Equipment Manufacturer (OEM) of this item is Honeywell International (Cage Code 0BFA5). All repairs shall be performed by the OEM or an OEM authorized repair facility. Concerns that are OEM authorized have the expertise and required capabilities to repair this item are invited to submit offers in accordance with the requirements stipulated in this solicitation. The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The 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 must provide traceability for the offered product back to the manufacturer. NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG. Please carefully review this solicitation's attachments for additional information and requirements such as applicable clauses and instructions to offerors:
3) Attachment 3 - Terms and Conditions 70Z03826QJ0000095 4) Attachment 4 Redacted Justification for Other Than Full and Open Competition 70Z03826QJ0000095
The closing date and time for receipt of offers is 16 March 2026 at 2:00 p.m. Eastern Daylight Time. Anticipated award date is on or about 18 March 2026. Email quotations are preferred and may be sent to Julie.G.Lininger@uscg.mil. Please indicate 70Z03826QJ0000095 in the subject line.
Background This solicitation is issued by the U.S. Coast Guard (USCG) for commercial items. The purpose of this contract is to procure repairs for items specified in Attachment 1, with a focus on components manufactured by Honeywell International. The agency aims to ensure that all repaired components are airworthy and suitable for installation on USCG aircraft. Work Details The contractor is required to perform the following tasks: Maintain OEM certification for the repair of specified components, provide immediate notification upon loss of any required certifications, comply with certification/documentation requirements, and attach certifications/documentation to the shipping container. All repaired components must be tagged with a DD Form 1574 or FAA Form 8130-3 and accompanied by a Certificate of Airworthiness. The contractor must submit a failure data report for each repaired component, detailing NSN, P/N, S/N, nomenclature, date of repair, and other relevant information. The contractor must maintain a quality system compliant with ISO 9001-2000 or equivalent and ensure all inspections and tests substantiate conformity to government requirements. Components must be cleaned according to applicable CMMs and undergo quarterly audits by ALC. Serial number tracking is mandatory for validating received components, and documentation requirements include providing a Component Repair Record (CRR) with each repaired component. Place of Performance The geographic location for performance is not explicitly stated but involves interactions with the U.S. Coast Guard facilities.
| Contact name | Julie Lininger |
|---|---|
| Contact email | julie.g.lininger@uscg.mil |
| Contact phone | None |
| Secondary contact name | MRR Procurement Mailbox |
| Secondary contact email | mrr-procurement@uscg.mil |
| Secondary contact phone | None |
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
Agency: ACC Orlando
Location: Florida
NAICS: 541330