Bolt, Machine
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
AVIATION LOGISTICS CENTER (ALC)(00038)
Contract Value
Not provided
Codes & Classification
Solicitation Number
70Z03826QJ0000176
NAICS
336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
Classification Code
5306
Additional Details
Documents1
The United States Coast Guard (USCG), under the Department of Homeland Security, is soliciting quotations for the procurement of machine bolts, as detailed in Combined Synopsis/Solicitation 70Z03826QJ0000176. This opportunity is issued by the Aviation Logistics Center (ALC) and is classified under NAICS code 336413, “Other Aircraft Parts and Auxiliary Equipment Manufacturing,” with a small business size standard of 1,250 employees. The procurement is 100% set aside for small businesses, ensuring that only qualified small business concerns are eligible to participate.
The scope of this solicitation encompasses the supply of 250 units of “Bolt, Machine,” identified by National Stock Number (NSN) 5306-00-687-6274 and Part Number S6110-21085-4. The intended outcome is to secure newly manufactured commercial items that meet stringent airworthiness and traceability requirements, supporting the operational readiness and safety of USCG aircraft. The requested delivery date for these items is May 11, 2026.
Key requirements for this procurement include:
- All supplied parts must be newly manufactured commercial items. While “new surplus” may be considered, such offers require prior approval from Medium Range Recovery (MRR) Engineering and must include photographs of packaging and/or items with the quotation.
- Each part must have clear, complete, and auditable traceability to an approved manufacturer. This traceability is essential to ensure the integrity and origin of the parts.
- All items must be approved in accordance with Federal Aviation Administration (FAA) guidelines, ensuring the safety of aircrew and compliance with airworthiness standards. Acceptable documentation includes a certificate of airworthiness (FAA 8130 preferred), an equivalent European Aviation Safety Agency (EASA) certification, or a certificate of conformance and traceability to the original equipment manufacturer (OEM).
- The contractor is required to furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15, as well as any necessary manufacturer’s certifications to demonstrate compliance and suitability for installation on USCG aircraft.
- Prospective vendors who are not the OEM must provide full traceability documentation for the offered product back to the manufacturer.
- No drawings, specifications, or schematics will be provided by the agency; vendors must rely on their own expertise and resources to meet the requirements.
The procurement will result in a firm-fixed price purchase order, awarded on a competitive basis. All responsible small business sources are invited to submit quotations in accordance with the solicitation’s terms and conditions. The solicitation document incorporates all applicable provisions and clauses as of November 28, 2025, in line with the Revolutionary FAR Overhaul (RFO).
Interested parties should carefully review Attachment 1, “Terms and Conditions – 70Z03826QJ0000176,” for detailed instructions, applicable clauses, and evaluation criteria. The closing date for receipt of offers is May 12, 2026, at 2:00 PM Eastern Daylight Time, with an anticipated award date on or about May 13, 2026.
Quotations should be submitted via email to [email protected] and [email protected], with the solicitation number clearly indicated in the subject line. For further information, the primary contact is Tiffany Cherry, who can be reached at 206-863-2026 or via the provided email address.
This procurement represents a critical supply requirement for the USCG, emphasizing quality, traceability, and compliance with aviation safety standards. Contractors with the requisite manufacturing capabilities, certifications, and experience in supplying airworthy aircraft components are encouraged to consider this opportunity.
For full details and to access the solicitation and attachments, please refer to the official notice at: https://sam.gov/opp/34c1505b0ac24f9491b60bd803b97f89/view.