Opportunity

SAM #70Z03826QE0000028

USCG Solicitation for Rolls-Royce OEM Tools for C130J Aircraft Maintenance

Buyer

USCG Aviation Logistics Center

Posted

April 15, 2026

Respond By

April 21, 2026

Identifier

70Z03826QE0000028

NAICS

336413, 336412, 333618

The U.S. Coast Guard Aviation Logistics Center (ALC) in Elizabeth City, North Carolina, is seeking quotations for specialized Rolls-Royce brand-name tools to support the C130J aircraft transition and maintenance operations. - Government Buyer: - U.S. Coast Guard, Aviation Logistics Center (ALC), Department of Homeland Security - OEMs and Vendors: - Rolls-Royce Corporation (CAGE Code 63005) – OEM for all requested tools - CUDA II Inc – Sole authorized tooling distributor for Rolls-Royce - Products/Services Requested: - Sling, Assy, ENG Lift (PN: 23055299 / NSN 1730-01-513-9569), Qty: 4 - Adapter, Yoke FWD (PN: 23055704 / NSN 1680-01-511-4026), Qty: 4 - Tool, Prop Brake Rel (PN: 23063558), Qty: 2 - Stand, Maint, Engine (PN: 23053577 / NSN 4910-01-510-4726), Qty: 2 - Brake Release Stand Rev G (PN: 23053577 REV G), Qty: 2 (may refer to same as above) - Fixture Wind Gust (PN: 23063558), Qty: 2 (may refer to Tool, Prop Brake Rel) - Unique/Notable Requirements: - Only new, OEM Rolls-Royce parts with full traceability and Certificate of Conformance are acceptable - No substitutions or alternate brands permitted; brand-name only - No technical drawings or schematics provided by USCG - Strict quality assurance, packaging, and certification requirements - Delivery required within 90 days after order receipt; early and partial deliveries allowed - Places of Performance/Delivery: - USCG Aviation Logistics Center, 1664 Weeksville Road, Elizabeth City, NC 27909 - Air Station Sacramento (federal facility) - Air Station Clearwater (federal facility)

Description

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 70Z03826QE0000028 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).

This is a brand-name requirement using the authority in FAR 6.103-1(d). In compliance with FAR 5.101(c)(3), a redacted copy of the justification and approval for other than full and open competition is attached to this solicitation. As a result of this solicitation, it is anticipated that a firm-fixed price purchase order will be awarded on a brand name basis for the items listed below in the Schedule of Supplies. Only the brand-name items requested in this solicitation will be considered for award.  All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Rolls-Royce Corporation (CAGE Code 63005). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts.

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.  Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer prior to award. An example of acceptable traceability documentation would be a quote from the OEM with pricing information redacted.

The applicable North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.

SCHEDULE OF SUPPLIES

Nomenclature            National Stock Number (NSN)  Part Number (PN)  Quantity (Qty)

Sling, Assy, ENG Lift        1730-01-513-9569                      23055299                        4 each

Adapter, Yoke FWD          1680-01-511-4026                      23055704                        4 each

Tool, Prop Brake Rel         2840-01-525-9132                     23063558                        2 each

Stand, Maint, Engine         4910-01-510-4726                     23053577                        2 each

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:  

Attachment 1 – Terms and Conditions – 70Z03826QE0000028 Attachment 2 – Redacted J and A – 70Z03826QE0000028

The closing date and time for receipt of offers is 21 April 2026 at 2:00 p.m. Eastern Time. Anticipated award date is on or about 22 April 2026.  Email quotations are preferred and may be sent to Samuel.J.Ownley2@uscg.mil. Please indicate 70Z03826QE0000028 in the subject line.

View original listing