Yamaha OEM Replacement Parts , NAVSUP FLC Pearl Harbor Yamaha BPA Holder
ID: N0060425Q4108Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

MISCELLANEOUS ENGINES AND COMPONENTS (2895)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking quotes from qualified vendors for the procurement of Yamaha OEM replacement parts specifically for oil spill response and harbor security boats. The procurement aims to ensure the operational readiness of twelve Oil Spill Response Boats and ten Harbor Security Boats by supplying essential parts, including propellers, water inlet covers, and various fuses, with specified quantities outlined in the solicitation. Timely delivery of these parts is critical for maintaining safety and response capabilities, with a required delivery timeframe of 90 days post-award to a designated location in Pearl Harbor, Hawaii. Interested vendors must submit their quotes by 0800 HST on August 7, 2025, and can direct inquiries to Kesha Kishinami at kesha.m.kishinami.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a procurement request for Yamaha parts to support the maintenance of (12) Oil Spill Response Boats and (10) Harbor Security Boats. The purpose is to ensure the readiness and operational capacity of these vessels through preventative and corrective maintenance. For the Oil Spill Response Boats, a detailed list specifies items such as propellers, water inlet covers, various fuses, and screws, with quantities ranging from 5 to 150 depending on the part. Similarly, the Harbor Security Boats require parts including a water pump repair kit and multiple fuses, also with specified quantities. Contractors are required to supply the listed items inclusive of shipping costs to a specified address in Pearl Harbor, HI, with a delivery timeframe of 90 days post-award. The Point of Contact for this procurement is Shalom Romero, providing an email and phone number for further correspondence. The document emphasizes compliance with the requested quantities and items to facilitate smooth maintenance operations for crucial safety and response equipment.
    The document outlines a Request for Proposal (RFP) related to the procurement of parts for oil spill response and harbor security boats, specifically those powered by Yamaha engines. It is divided into two main sections: CLIN 0001 focuses on parts needed for oil spill response boats, such as various propellers, fuses, and water inlet covers for F150 and F115 engine models. CLIN 0002 details components for harbor security boats including a water pump repair kit and electrical fuses for F250 engine models. The file specifies quantities of parts required, corresponding part numbers, and placeholders for pricing, discounts, and shipping. This RFP serves the dual purpose of soliciting bids from suppliers for essential boat components aimed at enhancing operational readiness for emergency situations and reinforcing maritime security protocols. Compliance with government standards for procurement and operation of maritime equipment is implicit throughout the document. The structure clearly delineates item specifications by clinical line item numbers (CLIN), ensuring organized presentation for potential vendors to easily navigate required submissions. Overall, the document illustrates the government’s efforts to manage environmental risks and bolster maritime security capabilities.
    The document outlines the "Offeror Representations and Certifications—Commercial Products and Commercial Services," detailing the requirements for offerors participating in government solicitations. It recommends that offerors complete specific paragraphs based on their electronic submissions in the System for Award Management (SAM) and includes definitions of key terms such as "economically disadvantaged women-owned small business" and "service-disabled veteran-owned small business." Furthermore, it emphasizes the need for certifications regarding compliance with various regulations, including the use of covered telecommunications equipment, child labor laws, and certain business operations in restricted areas like Sudan. Each offeror must certify their business size, ownership, any recent legal issues, and compliance with labor standards and trade agreements. Moreover, it mandates transparency about the place of manufacture for products offered and any products associated with sensitive technology related to foreign entities. Overall, this document seeks to ensure that federal contracts are awarded to responsible, compliant businesses while adhering to various legal and ethical standards in government contracting processes, significantly impacting RFPs, federal grants, and state/local solicitations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    20--OIL TRANSFER ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of an Oil Transfer Assembly, specifically NSN 2010012532060. The requirement includes the delivery of one unit to the USS Tripoli (LHA 7) and two units to Naval Beach Unit Seven, both due within 20 days after order (ADO). This equipment is crucial for marine operations, ensuring efficient fuel transfer in naval vessels. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    43--MOTOR,HYDRAULIC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of hydraulic motors. This contract requires the manufacture of hydraulic motors that meet specific design and quality standards, with a focus on ensuring that materials are free from mercury contamination, as these components will be used in submarines and surface ships. The procurement is critical for maintaining operational readiness and safety in naval operations. Interested vendors must submit their quotes by the extended deadline of September 15, 2025, and can direct inquiries to Benjamin Spangler at 771-229-0573 or via email at BENJAMIN.SPANGLER@NAVY.MIL.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors for the removal of oily waste from the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of approximately 15,000 gallons of oily waste, which consists of about 5% oil (primarily diesel fuel and engine lube oil) and 95% fresh water, with no known hazardous materials present. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 10:00 AM Pacific Time. Interested parties should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or Rey Estrada at amador.r.estrada.civ@us.navy.mil for further details.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    USCGC POLAR STAR MOTOR AND PUMP SPARE PARTS REQUEST
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard, is seeking qualified vendors to provide spare parts for the USCGC Polar Star under Request for Quotations number 70Z08526Q0000762. The procurement includes essential components such as mechanical seals, O-rings, gaskets, radial groove ball bearings, and complete spindle sets for various models of pumps, which are critical for the vessel's maintenance and operational readiness. All parts must be delivered to the designated Seattle, WA address by March 1, 2026, to ensure installation during the vessel's next availability, with proposals due by 0800 Pacific Time on December 9, 2025. Interested vendors can direct inquiries to the primary contact, Donna O'Neal, at Donna.J.O'Neal@uscg.mil or by phone at 510-393-1145.
    USNS GRASP Propeller Shaft Sleeve and Strut Bearings
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command, is seeking quotes for the procurement of propeller shaft sleeves and strut bearings for the USNS Grasp, with the requirement to be sole-sourced from Propulsion Systems, Inc. This acquisition is critical for the maintenance of essential ship equipment, ensuring compatibility and compliance with certification standards, as the parts must maintain form, fit, and function with existing systems. Interested vendors must submit their quotes by December 10, 2025, at 10:00 AM EST, including pricing, estimated delivery times, and technical descriptions, with delivery expected to Norfolk, VA, by December 31, 2026. For further inquiries, contact Krista Hendricks at krista.a.hendricks.civ@us.navy.mil.
    Sources Sought for Pearl Harbor Tug Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential contract to acquire four U.S. flag tractor tugs for harbor support and ship handling at Naval Base Pearl Harbor, Hawaii. The requirement includes time-chartered tugs for a period starting March 1, 2027, with a one-year firm period and multiple one-year and 11-month options, concluding on January 31, 2032. These tugs will provide essential services such as towing, pilot transfers, emergency support, and line handling, available 24/7, and must meet specific operational characteristics. Interested parties are required to submit company details, financial capability, tug specifications, estimated daily rates, and fuel consumption rates by December 9, 2025, to Ashley M. Smith-Sallinger or Stephanie Ricker via the provided contact information.