Maryland Bids > Bid Detail

Sole Source Requirement with Brunswick Corp to Procure Mercury Outboard Diesel Motorss

Agency:
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159188018453689
Posted Date: Dec 27, 2023
Due Date: Jan 3, 2024
Source: https://sam.gov/opp/5119e5441d...
Follow
Sole Source Requirement with Brunswick Corp to Procure Mercury Outboard Diesel Motorss
Active
Contract Opportunity
Notice ID
1301132189
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 27, 2023 09:47 am EST
  • Original Date Offers Due: Jan 03, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 3204(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A determination by the Government not to compete this effort is solely within the discretion of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to award this purchase on a sole source basis; however, all quotes will be considered. This announcement constitutes the only solicitation; and a written solicitation will not be issued. This is a firm fixed-price procurement; therefore, the offeror’s initial offer should represent the vendor’s best quote in terms of price and technical acceptability. The Government will not pay for any information received.



This announcement is a request for quote (RFQ). This requirement is being synopsized as a small business set-aside under the North American Industry Classification System (NAICS) code 333618 and PSC code 2815.



***NOTE: Please fill-in and sign the attached provision document and include with your submission to be considered eligible.



The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD intends to establish a FFP contract on a sole source basis to Brunswick Corp, DBA Mercury Marine, W6250 W Pioneer Road, Fond Du Lac, Wisconsin 54936.



The Contractor shall provide the following:




  1. Mercury Marine, P/N: 19DS48KHH 3.0L Diesel XL, Mercury Outboard Motor, Diesel, 3.0 Liter Engine Displacement, Extra-Long (XL) shaft, right hand rotation. QTY 3.

  2. Mercury Marine, P/N: 19DS48LHH 3.0L Diesel CXL, Mercury Outboard Motor, Diesel, 3.0 Liter Engine Displacement, Extra-Long (XL) shaft, left hand rotation. QTY 3.



Required Delivery Date:



All items shall be received by the government on or before 12 weeks after receipt of the order. Early and partial deliveries are accepted and preferred.



Acceptance and Delivery will be to:



Attn: Steve Thomas (Atlantic Targets and Marine Operations)



1224 Pocahontas Street, Bldg. V-88



Norfolk, VA 26511-2421



Shipping Charges:



These items will be delivered F.O.B. Destination, and shipping shall be included in the price.



Contracting Office Address:



21983 Bundy Road, Building 441, Patuxent River, MD 20670



Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Mar 2020) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (DEVIATION 2018-O0021) is incorporated by reference.



Please provide the following information with your quote:




  1. CAGE Code:

  2. UEI #:

  3. Payment Terms of NET 30.

  4. Pricing - are these items on a commercial published, on-line, or internal Price list.

  5. If available on a price list provide a copy. All price listings will be kept confidential.

  6. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.)

  7. Estimated Delivery Date or Period of Performance:

  8. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 27, 2023 09:47 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >