Skip to content
Department of Homeland Security

WINDSHIELD WIPER ASSEMBLY

Solicitation: 70Z04026Q50229B00
Notice ID: 232a76471cb54a5f8f15b7226e930ddc

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 03, 2026. Industry: NAICS 336611 • PSC 2090.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,395,991,797
Sector total $25,125,909,940 • Share 45.4%
Live
Median
$530,648
P10–P90
$41,074$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
45.4%
share
Momentum (last 3 vs prior 3 buckets)
+135%($4,600,327,956)
Deal sizing
$530,648 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Curtis Bay, Maryland • 21226 United States
State: MD
Contracting office
Baltimore, MD • 21226 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260082 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Anne Arundel
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+84 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 84 more rate previews.
Davis-BaconBest fitstate match
MD20260082 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Anne Arundel
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+83 more occupation rates in this WD
Davis-Baconstate match
MD20260041 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Howard
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+59 more occupation rates in this WD
Davis-Baconstate match
MD20260040 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Harford
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+56 more occupation rates in this WD
Davis-Baconstate match
MD20260109 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Calvert
Rate
CARPENTER
Base $38.41Fringe $14.55
Rate
CARPET LAYER
Base $34.12Fringe $14.86
Rate
ELECTRICIAN
Base $54.00Fringe $21.77
+50 more occupation rates in this WD

Point of Contact

Name
Erica Perry
Email
erica.l.perry@uscg.mil
Phone
4106366601
Name
Bryan Duffey
Email
Bryan.A.Duffey@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 3(00040)
Office
Not available
Contracting Office Address
Baltimore, MD
21226 USA

More in NAICS 336611

Description

  1.    This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR Part 12 - Acquisition of Commercial Products and Commercial Services | Acquisition.GOV and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
  2. Solicitation number 2126406B27DSCA041 applies and is used as a Request For Quote (RFQ).   This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, dated 22 May 2024.
  3. It is anticipated that a Best Value purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
  4. Best Value will be evaluated by who can provide the complete requirement, who meets our required time frame and by price.
  5. All vendors providing a quotation must either have an active SAM.Gov registration or provide proof they have submitted their entity for registration.
  6. Payments are NET 30 and will be made in accordance with the FAR 52.232-25 Prompt payment clause 52.232-25 Prompt Payment. | Acquisition.GOV.
  7. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order.
  8. The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:

Vendor Information:

Entity Name

Entity Unique Entity ID

Entity Address

Entity POC

Entity Phone Number

POC Email Address

Vendor shall provide:   

ITEM 1: RING, RETAINING

DESCRIPTION: WINDSHIELD WIPER ASSEMBLY TECHNICAL SPECIALIST: BENJAMIN ROSEQUIST Benjamin.L.Rosequist@uscg.mil P/N: IM-1MLB-480-101 WINDSHIELD WIPER AS WYNN TYPE "C" STRAIGHT LINE SINGLE BLADED HEAVY DUTY MARINE WIPER COMPLETE WITH AREMS AND BLADES. LESS MOTOR AND CONTROLLER. NONSUPPLY ITEMS AND WYNN TYPE "C" STRAIGHT LINE SPECIAL FEATURES STROKE 480MM (19 INCHES)CASE 762MM (30 INCHES)BLADE 350MM (14 INCHES)ARM 250MM (10 INCHES) 30 INCH WIPERS FOR 47 FT MLB COAST GUARD VESSELS INDIVIDUAL PACKAGE IN ACCORDANCE WITH MIL-STD- 2073-1E METHOD 10, CUSHIONING MATERIALS, DUNNAGE, BLOCKING AND BRACING SHALL BE APPLIED AS REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSED MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM WITHIN THE CONTAINER. COMMERICAL PACKAGING ACCPETABLE WHICH PROTECTS THE ITEM THROUGH MULTIPLE SHIPMENTS AND STORAGE. MULTIPACK IS ACCEPTABLE, WHERE APPLICABLE, TIEMS INDIVIDUALLY PACKAGED, SHIPPED IN SAME CONTAINER. MARKINGS: IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. MFG NAME: IN-MAR SYSTEMS, LLC PART_NBR: IM-1MLB-480-101

NSN: 2090 01-500-6599

CAGE CODE/PART NUMBER: IM-1MLB-480-101

Quantity: 15 AY

Unit Price:

Line Total:

Estimated Delivery Date:

* Delivery address and terms stated below. *

*Any proposed substitutions must be accompanied by a Specification Sheet to undergo evaluation by the requiring officials for compatibility to the Requirement. *

*All Deliveries are Required to by 05/04/2027*

** Total cost shall have delivery and any Freight charges included. **

** SHIPPING: FOB DESTINATION REQUIRED. **

Preparation For Delivery

All material must be shipped to U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226 for this Purchase Order. Material must be accompanied by an itemized packaging list securely attached to the outside of the shipment.

All packing lists shall cite the Purchase Order Number with the packaging in such a manner to ensure identification of the material provided.

Material shall be packed for shipment using Military Packaging, for examples in packaging please reference MIL-STD-2073-1E. Material must be packaged in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply course to Surface Forces Logistics Center locations.

Packaging shall provide adequate protection for warehouse storage and shipments from the warehouse.

All material shall be marked in accordance with MIL-STD-129R and barcoded unless otherwise authorized by the Contracting Officer. All material will have the Purchase Order Number, National Stock Number (if applicable), Vendor name and Part Number clearly marked on the exterior of all material shipped.

All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM.

Please make sure that any changes in Delivery Timeframes or tracking information get sent to Charmane Jacobs at  Charmane.D.Jacobs@uscg.mil

Invoicing In IPP

It is a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

All invoices must contain the following information: CG Purchase Order number, vendor’s invoice number, cage number, PO item number, description of supplies or services, unit prices and extended totals (INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP). Shipping costs will be indicated as a separate line item on the invoice (if applicable). Shipping cost $100 or more must be accompanied by a separate freight invoice when submitting an invoice(s) for payment (if applicable).

To submit an invoice, vendor must have access to www.ipp.gov. To gain access please indicate if you don’t have an account so the issuing office can establish one for you.

FAR Clauses

This order is subject to but is not limited to the following Federal Acquisition Regulations:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.20-26 Covered Telecommunications Equipment or Services-Representation.

52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.