Opportunity
SAM #70Z03826QE0000024
USCG Mobile Aircraft Dehumidification Cart Test, Evaluation, and Repair (Sole Source to Logis-Tech, LLC)
Buyer
USCG Aviation Logistics Center
Posted
April 24, 2026
Respond By
April 28, 2026
Identifier
70Z03826QE0000024
NAICS
333310, 811219
The U.S. Coast Guard (USCG) is seeking test, teardown, evaluation, and potential repair services for four Mobile Aircraft Dehumidification Carts, with all work to be performed by the Original Equipment Manufacturer (OEM), Logis-Tech, LLC, or an OEM-authorized facility. - Government Buyer: - U.S. Coast Guard (USCG) - Aviation Logistics Center (ALC), Aviation Ground Support Equipment (AGSE) department - USCG Air Station Clearwater - ESD Office - OEM and Vendors: - Logis-Tech, LLC (CAGE 0BJV1) is the sole OEM and only authorized provider for the required services and parts - Products/Services Requested: - Test, teardown, evaluation, and possible repair of four Mobile Aircraft Dehumidification Carts (MDU-300/300SCF) - Part Numbers: MDU300, 1730-01-HS2-9649, MDU300/MDU0134, MDU300/MDU0144, MDU300/MDU0149, MDU300/MDU0150 - Quantities: 4 units (each with unique serial numbers) - Services include troubleshooting, evaluation, and proposing repair actions to restore units to full operational status per OEM specifications - Unique or Notable Requirements: - All repairs must be performed by Logis-Tech, LLC or an OEM-authorized repair facility - Traceability to the OEM is required for all parts and services - Vendors must provide Certificates of Conformance (COC) and traceability documentation if not the OEM - No technical drawings, specifications, or schematics are available from the USCG - Firm-fixed-price proposals must include travel, labor, and materials for on-site repairs - Delivery required within 60 days after order receipt; early and partial deliveries are acceptable - Place of Performance and Delivery: - Primary work at USCG Air Station Clearwater (Clearwater, FL) - Delivery location: USCG Aviation Logistics Center, Elizabeth City, NC
Description
This is 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 70Z03826QE0000024 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), initiated under Executive Order 14275: restoring Common Sense to Federal Procurement.
IAW FAR 6.302-1(b)(2), the United States Coast Guard (USCG). Aviation Logistics Center (ALC) plans to award one (1) purchase order and negotiate only with Logis-Tech, LLC (CAGE Code 0BJV1) as the Original Equipment Manufacturer (OEM), and only known source authorized to provide the required services. All parts shall have clear traceability to the OEM. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location.
The applicable North American Industry Classification System (NAICS) code is 33310. The small business size standard is 1,000 employees. This is an unrestricted requirement. All responsible sources may submit a capability statement, proposal, or 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 for the services listed in the attached Schedule of Services. IAW FAR 5.102(a)(6), the redated justification for other than full and open competition is attached.
Only the services requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Logis-Tech, LLC (CAGE Code 0BJV1). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location.
All repairs must be performed by the OEM or an OEM-authorized repair facility. While a sole-source award is intended, all responsible sources may submit a quotation which shall be considered by the agency. Any firm believing it can fulfill this requirement as an OEM-authorized provider must provide written evidence of such authorization and technical capability with their submission. All pricing must be submitted on the provided Attachment I – Schedule of Services
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. Prospective vendors who are not the OEM must provide traceability for the offered product back to the OEM and will be required to submit a manufacturer's COC in addition to its own COC.
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 I - Schedule of Services Attachment II - Statement of Work Attachment III - Terms and Conditions Attachment IV - Redacted Justification and Approval for Other Than Full and Open Competition
The closing date and time for receipt of offers is 28 April 2026 at 2:30 p.m. Eastern Time. Anticipated award date is on or about 6 May 2026. Email quotations are preferred and may be sent to Stacey.M.Riggs@uscg.mil. Please indicate 70Z03826QE0000024 in the subject line.