Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2026 SAM #8894
SPECIAL NOTICE

J -- Repair of Panel Assy, L/G

Notice Date
4/1/2026 8:22:23 AM
 
Notice Type
Special Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03826QH0000060
 
Response Due
4/17/2026 9:00:00 AM
 
Archive Date
05/02/2026
 
Point of Contact
Shavon M. Smith, D05-SMB-LRS-Procurement@uscg.mil
 
E-Mail Address
Shavon.M.Smith@uscg.mil, D05-SMB-LRS-Procurement@uscg.mil
(Shavon.M.Smith@uscg.mil, D05-SMB-LRS-Procurement@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This Notice is prepared in accordance with FAR 5.201 (FAR Class Deviation 25-17) and is not a request for quote (RFQ). RFQ number 70Z03826QH0000060 is assigned for tracking purposes only. No solicitation package will be issued. The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Long Range Surveillance (LRS) Procurement Division intends to solicit and negotiate with only one source, the Original Equipment Manufacturer (OEM): GE Aviation Systems LLC (CAGE Code: 19623) 1000 MacArthur Memorial Hwy, PO Box 100, Ronkonkoma, NY 11779, under Basic Ordering Agreement SPE4A1-25-G-0015 for the services listed below. NSN: 1560-01-433-5000 Nomenclature: Repair of Panel Assy, L/G Part Number: 713040-1 QTY: 3 EA The statutory authority for this acquisition is 41 U.S.C. � 1901, as implemented in FAR 12.102(a) (FAR Class Deviation 25-21), �Restricting Competition�. In accordance with FAR 12.102(a) (FAR Class Deviation 25-21), the item listed in the table above is available from only one source. The North American Industry Classification System Code (NAICS) is 488190 with a size standard of $40 million dollars. The Product Service Code (PSC) is J016. The small business set aside has been dissolved. This requirement is unrestricted. Delivery is requested 90 days after the receipt of order (ARO). The USCG desires early deliveries therefore early shipments are encouraged at no additional cost to the Government. F.O.B. point is Origin. The USCG intends to issue an order for a quantity of three (3) of each. Per FAR 52.217-6 Option for Increased Quantity, the USCG may increase the quantity by three (3) of each, for a maximum quantity of six (6) of each at the same unit price as the original order, for up to three hundred and sixty-five (365) days after the initial award date. This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a capabilities statement to Shavon.M.Smith@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. The capabilities statement must be submitted in writing and must contain material in sufficient detail to allow the Government to determine if the party can perform the requirement. Interested parties are advised that the minimum qualifying standard for technical acceptability is the possession of OEM authorization to manufacture the specified item/s. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Award will be made upon determination of fair and reasonable pricing. AnticIpated award date is on or about 04/20/2026. SEE ATTACHMENT 1 � �SCHEDULE � 70Z03826QH0000060� SEE ATTACHMENT 2 � �REDACTED JUSTIFICATION AND APPROVAL � 70Z03826QH0000060� SEE ATTACHMENT 3 � �STATEMENT OF WORK � 70Z03826QH0000060�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/02bbda476f4d4f169f1c65b9210c1813/view)
 
Record
SN07764405-F 20260403/260401230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.