Terminal, Ventilation Duct
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Coast Guard Surface Forces Logistics Center (USCG SFLC) is requesting quotations for 17 Terminal, Ventilation Duct fire dampers (NSN: 2040-01-640-7145, PN: D-A60-FRC-648X648) manufactured by Murray Ventilation Products, LLC. This is a combined synopsis/solicitation for a commercial item, with an anticipated non-competitive sole source award. Quotes are due by December 5, 2025, at 10:00 AM EST.
Scope of Work
The requirement is for 17 units of FIRE DAMPER 24VDC DAMPER STAINLESS STEEL A-60 LLOYDS APPROVED W/24 VDC ACTUATOR, 25 1/2" W X 25 1/2" H X 5 7/8" D (DAMPER A-60 SS 648X648). The specific manufacturer is Murray Ventilation Products, LLC, and the part number is D-A60-FRC-648X648. Substitute parts are not acceptable.
Packaging and Marking:
- Items must be individually packaged in accordance with MIL-STD-2073-1E METHOD 10, cushioned, and packed in an appropriately sized ASTM-D5118 single-wall fiberboard box. Standard commercial packaging is unacceptable.
- Marking must comply with MIL-STD-129R, with bar coding IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Failure to meet these requirements will result in warehouse rejection.
- Shipment destination is USCG SFLC, Baltimore, MD.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Commercial Item)
- Contract Type: Firm Fixed Price Purchase Order, awarded using simplified acquisition procedures (FAR 13.106).
- NAICS Code: 333618 (Industrial Machinery Manufacturing)
- Size Standard: 500 employees
- Set-Aside: None specified
- Response Due: December 5, 2025, 10:00 AM EST
- Published Date: November 24, 2025
Evaluation & Award
The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror. The award will be based on Lowest Price Technically Acceptable (LPTA) criteria. It is anticipated that a non-competitive sole source purchase order will be awarded, as the Government believes only Murray Ventilation Products, LLC and/or their authorized distributors can provide these units.
Submission Requirements & Challenge to Sole Source
- Challenge to Sole Source: Concerns possessing the expertise and capabilities to provide this item are invited to submit complete information within two (2) calendar days from the notice posting (by November 26, 2025). This submission must include an OEM letter verifying authorized distributorship and sufficient details for the Coast Guard to evaluate the proposal.
- General Submission: Offerors must have valid DUNS numbers, be registered with SAM.gov, and provide their Tax Information Number (TIN).
- Required Forms: A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I, must be included. Offerors must also provide a disclosure regarding inverted domestic corporations.
- Compliance with all specified packaging and marking requirements is mandatory.
Contact Information
For questions, contact DONNA SCANDALIATO at DONNA.M.SCANDALIATO@USCG.MIL or 410-762-6259.