Search Contract Opportunities

Sole Source Requirement with Brunswick Corp to Procure Mercury Outboard Diesel Motorss   2

ID: 1301132189 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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/.
Background
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 Atlantic Targets and Marine Operations (ATMO) Fleet Targets Support Branch (FTSB) Norfolk Detachment (DET NRFK), based at Naval Station Norfolk, operates and maintains a fleet of offshore capable target craft, nomenclature as High-Speed Maneuvering Surface Targets (HSMSTs), to provide threat realistic targets for, and opposing force scenarios to, U.S. Navy combatant ships as part of pre-deployment operational certification and qualification evolutions. 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 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements."

Work Details
  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.


Period of Performance
All items shall be received by the government on or before 12 weeks after receipt of the order.

Place of Performance
Delivery will be made to Attn: Steve Thomas (Atlantic Targets and Marine Operations), 1224 Pocahontas Street, Bldg. V-88, Norfolk, VA 26511-2421.

Overview

Response Deadline
Jan. 3, 2024, 2:00 p.m. EST Past Due
Posted
Dec. 27, 2023, 9:47 a.m. EST
Set Aside
None
Place of Performance
Patuxent River, MD 20670 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Sole Source
Signs of Shaping
The solicitation is open for 7 days, below average for the NAWC Aircraft Division.
On 12/27/23 NAWC Aircraft Division issued Synopsis Solicitation 1301132189 for Sole Source Requirement with Brunswick Corp to Procure Mercury Outboard Diesel Motorss due 1/3/24. The opportunity was issued full & open with NAICS 333618 and PSC 2815.
Primary Contact
Name
Shannon Canada   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 1301132189

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 1301132189

Award Notifications

Agency published notification of awards for Synopsis Solicitation 1301132189

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 1301132189

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 1301132189

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 1301132189

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
Jan. 18, 2024
Last Updated By
shannon.m.canada.civ@us.navy.mil
Archive Date
Jan. 18, 2024