Federal Bid

Last Updated on 22 Dec 2022 at 7 PM
Combined Synopsis/Solicitation
Baltimore Maryland

Mercury Marine Magnum Transom

Solicitation ID 70z04023Q5AC002
Posted Date 22 Dec 2022 at 7 PM
Archive Date 21 Jan 2023 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Baltimore Maryland United states 21226

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts:

Item 1)  NSN  2090 01-584-2562, TRANSOM, MAGNUM

  P/N 6-6311002NZ

FEATURES ITEM IS A BRAVO I/II/III STERNDRIVE

TRANSOM PLATE ASSEMBLY. USED ON THE 32TPSB AND

23CBOTH H728/H729.

.

Quantity:  10 EA $_______

Delivery _____________

**ALL ITEMS SHALL BE INDIVIDUALLY PACKAGE IAW MIL-STD-2073-1E METHOD 10 AS DESCRIBED BELOW:

**EACH TRANSOM IS TO BE PACKAGED IN AN

APPROPRIATELY SIZED

ASTM-D6251 TYPE II, CLASS

1 WOOD-CLEATED PANEL BOARD SHIPPING BOX OR

ASTM-D6880 CLASS

2 HEAVY DUTY SCREWED

WOODEN BOX. SPONSON IS TO BE SECURED INSIDE THE

BOX

UTILIZING BLOCKING, AND BRACING

TO PREVENT MOVEMENT DURING MULTIPLE SHIPMENTS

MARKINGS: IAW MIL-STD-129R AND BAR CODED IAW

ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

**ALL ITEMS INDIVIDUALLY PACKAGED AND MARKED MAY BE SHIPPIED IN A BOX MARKED "MULTIPACK"**

Delivery Schedule - Delivery is required by 2/1/2023.  Please provide your proposed delivery________

Used on U. S. Coast Guard Small Boats.  Substitute part numbers are NOT acceptable.   Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD.

  

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.  It is the Government’s belief that only Mercury Marine and or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide these same items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted.  The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply only genuine OEM parts.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (DEC 2022) and 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.  The NAICS code for this solicitation is _336611

  and the Small Business Size Standard is _1250.   The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Beta.Sam and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 1/6/2022_, at _11_ a.m. Eastern Standard Time.

,

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) with Alternate I.  Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.

The following FAR Clauses apply to this solicitation.  Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2018); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct  2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022). The following clauses listed within FAR 52.212-5 are applicable FAR 52.219-28, Post Award Small Business Program representation (Sep 2021)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020)(E.O. 13126);  FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793);  FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Jun 2020);  FAR 52.225-3, Buy American Act-Free Trade Agreement (Jan 2021)(41 U.S.C. 10a-10d);  52.225-13, Restrictions on Certain Foreign Purchases (Oct 2018); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Jul 2013)(31 U.S.C.

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 26 Mar 2021 at 2 PM
Baltimore Maryland 23 Jan 2020 at 6 PM
Baltimore Maryland 05 Sep 2018 at 3 PM
Baltimore Maryland 12 Jul 2016 at 1 PM
Location Unknown 28 Feb 2018 at 2 PM

Similar Opportunities

Marshall California 14 Jul 2025 at 10 PM
Christopher Illinois 18 Jul 2025 at 4 PM
Newport Oregon 18 Jul 2025 at 4 PM
Baltimore Maryland 16 Jul 2025 at 4 PM
California 21 Jul 2025 at 4 AM