Boat Engine, Cable, Install IAW Salients and SOW
ID: 140G0125Q0045Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

GASOLINE RECIPROCATING ENGINES, EXCEPT AIRCRAFT; AND COMPONENTS (2805)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking proposals for the procurement and installation of a 150 Hp jet drive outboard engine and a steering cable for an existing work vessel used in servicing gaging stations. The project requires the contractor to deliver a specific engine that meets detailed specifications, including a 2.7 L in-line 4-stroke design, a minimum output of 105 Hp at the pump, and compatibility with a user-supplied jet drive pump, along with the installation of the engine and removal of existing components. This procurement is crucial for enhancing the USGS's capabilities in water sampling, data collection, and monitoring station construction, thereby supporting environmental data collection efforts. Interested small businesses, including service-disabled veteran-owned and women-owned enterprises, must submit their proposals within 180 days of contract award, and inquiries can be directed to Cynthia Nicanor at cnicanor@usgs.gov or by phone at 703-648-XXXX.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The USGS Water Science Center in Redding, CA is seeking to purchase a 150 Hp jet drive outboard engine and a steering cable for installation on a work vessel servicing gaging stations. The engine must feature specific characteristics, including a 2.7 L in-line 4-stroke design, ability to produce a minimum of 105 Hp at the pump, full throttle rpm range of 5000 to 6000 rpm, and various operational capabilities such as mechanical remote steering, power trim/tilt, and an electric starting system. The engine should also accept unleaded fuel, include a fuel/water separating filter, and utilize a thermostatic cooling system, among other requirements. A notable compatibility feature is that it must work with a user-supplied jet drive pump specified by the government. In addition, the procurement includes a 13-foot rotary mechanical steering cable with Safe-T quick connects, vital for the engine installation. The document outlines clear specifications ensuring the engine's operational efficiency and longevity while emphasizing compatibility with provided equipment, indicating a structured approach to fulfilling operational needs within the agency's aquatic monitoring framework.
    The Statement of Work (SOW) outlines the requirements for purchasing and installing a 150 Hp, Jet-Drive, outboard boat engine for the U.S. Geological Survey (USGS). The new engine, along with a steering cable, will be installed on an existing USGS boat to support water sampling, data collection, and monitoring station construction. The contractor is responsible for not only delivering the engine and cable but also for the removal and installation of components, including a compatible jet drive pump from an existing engine. The USGS will provide the boat and existing equipment, while any unused parts must be returned post-installation. The completion deadline for the project is set for 180 days from contract award, and arrangements for delivery will be coordinated between the contractor and USGS. This SOW exemplifies the structured approach of federal Requests for Proposals (RFPs), ensuring detailed specifications and a clear framework for project execution while prioritizing functionality for environmental data collection endeavors.
    The document outlines a Request for Proposal (RFP) associated with the acquisition of a Jet Drive Outboard Engine and steering components for a government contract. Proposed items must comply with specified characteristics and be delivered within 180 days following receipt of the purchase order. The RFP emphasizes participation from small businesses including service-disabled veteran-owned, women-owned, and economically disadvantaged businesses, thereby promoting inclusivity and opportunity. Key details include requirements for specifications, invoicing processes through the Invoice Processing Platform (IPP), adherence to federal regulations concerning telecommunications and security protocols, and trust requirements for contractor personnel. It highlights that the awardee must maintain system registration and comply with various federal acquisition regulations throughout the contract's duration. Lastly, the document mandates thorough safety and environmental assessments, showcasing the government’s commitment to regulatory compliance and operational transparency in its procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ID-MINIDOKA NWR-REPLACING BOAT ENGINE
    Buyer not available
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat located at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the outdated engine with a modern KEM 6.2L V8, overhauling the decking, and enhancing the electrical systems, alongside inspecting and servicing critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested small businesses must submit their bids by March 4, 2025, with the completion deadline set for March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tannerfrank@fws.gov.
    MI-LUDINGTON BS-(1) Boat with Trailer and (1) Outb
    Buyer not available
    The U.S. Fish and Wildlife Service is soliciting proposals for the procurement of a 2025 Sea Ark MVJT boat, along with a trailer and a Mercury jet motor, intended for use at the Ludington Biological Station in Michigan. The specifications include an 18-foot boat with a weight capacity of 1,350 pounds, featuring a center console, stainless grab rails, and external flotation pods, as well as a galvanized single axle trailer and a 90/65 horsepower Mercury motor with advanced ignition and fuel systems. This acquisition is crucial for supporting environmental and wildlife management efforts, ensuring the agency has the necessary equipment for effective operations. Interested small businesses must submit their proposals by March 5, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    66--Acoustic Backscatter System IAW Salients
    Buyer not available
    The U.S. Geological Survey, under the Department of the Interior, is soliciting proposals for an Acoustic Backscatter System (ABS) designed for underwater sediment research. The system must measure suspended sediment concentrations and operate with multiple cabled transducers across a frequency range of 500 kHz to 4 MHz, while also being durable and capable of functioning at depths of at least 1,000 meters. This procurement is critical for enhancing sediment transport studies and supporting environmental monitoring initiatives. Interested contractors should note that the solicitation has been amended to remove the small business set-aside designation, making it unrestricted, with the new deadline for quote submissions set for February 27, 2025, at 9:00 AM EST. For further inquiries, interested parties can contact Imani Tillman at itillman@usgs.gov.
    CHARTER TRIPS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking small businesses to provide commercial boat charters for two six-day research trips in 2025, aimed at monitoring the near shore ecosystem around San Nicolas Island, California. The charters will facilitate scuba surveys and the installation of sea floor marking hardware, requiring vessels equipped with GPS navigation and capable of operating up to 90 miles offshore, while accommodating at least ten biologists. This procurement is part of the Department of the Interior's commitment to long-term ecological research and sustainable marine resource management, with a focus on enhancing marine biodiversity data collection. Interested parties must submit firm, fixed price quotes by March 11, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Tsunami 24 USV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Tsunami 24 unmanned surface vessel (USV) and its associated components. The contract requires the USV to operate effectively in Sea State 3, with a range of 250 nautical miles, a cruise speed of 19 knots, and a payload capacity of 1,000 pounds, while being powered by a minimum of 300 horsepower and achieving a top speed exceeding 40 knots when unladen. This advanced maritime technology is crucial for enhancing operational effectiveness in various maritime environments, and the selected contractor will also provide integration, testing, evaluation, and training services at the NSWCDD facility. Interested parties should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details, with a desired delivery timeline of less than three months from contract award.
    Current Profiling System IAW Salients
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of a Current Profiling System, specifically a YSI RS5 Acoustic Doppler Current Profiling (ADCP) System along with an adapter kit. The procurement aims to enhance discharge measurements in rivers and streams, requiring a portable system equipped with advanced features such as Real-Time Kinematic (RTK) GPS positioning, bottom tracking capabilities, and robust Bluetooth communication, all while ensuring durability and operational efficiency. This equipment is critical for environmental monitoring and management initiatives, emphasizing the need for accuracy and reliability in water measurement. Interested vendors should contact Cynthia Nicanor at cnicanor@usgs.gov for further details, and proposals must comply with federal acquisition regulations, with a delivery timeline of 60 days post-order receipt.
    Total Small Business Set Aside for Brand Name: Yamaha - Twin Outboard Engines (F250USB/LF250USB) with Digital Electronic Steering (DES) and associated equipment/cabling required to operate the engines from a 28’ SEAARK
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking a total small business set-aside for the procurement of Yamaha Twin Outboard Engines (F250USB and LF250USB) with Digital Electronic Steering (DES) and associated equipment necessary for operation from a 28-foot SEAARK boat. This acquisition is justified as Yamaha motors are uniquely compatible with existing vessel mounts, ensuring operational efficiency and avoiding additional costs associated with alternative brands. The estimated value of the contract exceeds $25,000, and interested vendors can contact Terra Roberts at terra.s.roberts.civ@us.navy.mil or 850-867-2906 for further details. The procurement process will adhere to federal regulations and is expected to utilize simplified acquisition procedures.
    PUMP,AXIAL PISTONS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide an axial piston pump as part of a total small business set-aside procurement. The contractor will be responsible for the overhaul of the Pump, Axial Pistons (NSN: 4320-01-551-7272) used in the Coast Guard's WLB 225 HPU System, ensuring compliance with stringent quality assurance, packaging, and preservation standards to restore the pump to a like-new condition. This procurement is critical for maintaining operational integrity within Coast Guard activities, with quotes due by March 12, 2024, and a required delivery date of May 7, 2025. Interested vendors should contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil for further details.
    Motoren-und Turbinen-Union (MTU) 20V4000M93L Engine Parts & Component Overhauls
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking vendors capable of supplying Original Equipment Manufacturer (OEM) parts and performing overhauls for the MTU 20V4000M93L engine utilized in the 154' Sentinel-class Patrol Boats. This procurement requires the exclusive use of genuine MTU parts over five one-year ordering periods, with a detailed list of necessary components provided, including turbochargers, cylinder heads, and oil coolers. The initiative is crucial for maintaining the operational readiness of the Coast Guard's fleet, ensuring compliance with regulatory standards while efficiently procuring essential maintenance components. Interested vendors must submit their qualifications, including proof of OEM part provision and relevant experience, by March 3, 2025, and can direct inquiries to Yaisa Goodwin at Yaisa.O.Goodwin@uscg.mil or Jennifer B. Lucas at jennifer.b.lucas@uscg.mil.