***AWARDED***Yamaha Marine Patrol Boat Engines - MacDill AFB
ID: FA481425Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

DIESEL ENGINES AND COMPONENTS (2815)

Set Aside

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

    The Department of Defense, specifically the Air Force at MacDill Air Force Base, is seeking qualified small businesses to provide two Yamaha 300 horsepower outboard engines for a 27' WAC SAFE Boat vessel. The procurement includes the removal of existing engines, installation of the new units, and on-the-job training for Air Force personnel to ensure operational readiness. This initiative is crucial for maintaining the operational capabilities of the Air Force's Marine Patrol assets, enhancing performance and reliability of their patrol boats. Interested contractors must submit proposals by July 22, 2025, and direct any inquiries to Gabrielle L. Dimaio at gabrielle.dimaio@us.af.mil or by phone at 813-828-7465.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposal (RFP) for the replacement of two Yamaha outboard engines for a 27' WAC SAFE Boat vessel used by the USAF at MacDill Air Force Base. The requirement specifies the installation of two new Yamaha 300 horsepower twin outboard engines, detailing necessary specifications such as a V6/4.2 liter configuration, digital operation, and features aimed at reducing corrosion and enhancing performance. The contractor is responsible for removing the old engines, installing the new units, and ensuring operational readiness through on-the-job training and maintenance instructions. Delivery logistics are outlined, including a 50-mile radius constraint for vessel operation without approval. Documentation of installations for warranty purposes and compliance with manufacturer requirements are mandated, ensuring that all equipment is covered by a minimum three-year warranty. This proposal emphasizes the need for qualified personnel and proper equipment to perform the contract successfully while adhering to specific regulatory and operational guidelines set forth by the government. Overall, the RFP aims to enhance the operational capabilities of the Air Force's Marine Patrol assets with upgraded, efficient engine systems.
    The document outlines solicitations and terms related to a federal RFP, detailing clauses, provisions, and guidelines that potential contractors must adhere to when engaging with government contracts. Key clauses referenced include those relating to compensation of former Defense Department officials, representation regarding business operations with certain regimes, and safety requirements regarding hazardous materials. Additionally, it discusses procurement regulations regarding Iranian transactions, unique item identification for delivered goods, payment submission via the Wide Area Workflow system, and various requirements for small business classifications. The document emphasizes compliance with national security standards, environmental regulations, and fair contracting practices. Through adherence to these guidelines, the government aims to ensure responsible spending, enhance contract integrity, and safeguard public interests while promoting fair competition among contractors. This comprehensive framework serves as a critical guideline for contractors participating in federal procurement processes, ensuring alignment with governance standards and regulations.
    The file outlines a combined synopsis/solicitation for Marine Patrol Boat Engines, specifically Yamaha brand, at MacDill AFB in Tampa, FL. The solicitation, referenced as RFQ FA481425Q0025, is set aside for 100% small businesses and calls for the purchase, delivery, and potential installation of two 300hp outboard engines as per the attached Statement of Need. The document specifies the evaluation process based on a Lowest Price Technically Acceptable (LPTA) approach, emphasizing that both technical capability and pricing will be considered for award. Proposals must be submitted by 22 July 2025 by email to designated contacts and must meet specific requirements, including technical literature and compliance with federal regulations. The document highlights the importance of adhering to safety on government installations and outlines the role of an appointed ombudsman for any disputes. Overall, this solicitation aims to secure essential marine engines while ensuring compliance with federal acquisition standards and fostering small business participation in government contracting.
    The document FA481425Q0025 pertains to the procurement of Yamaha Marine Patrol Boat Engines, specifically detailing the responses to various inquiries regarding the project. The primary focus is the request for new Yamaha motors, confirmed to be fly-by-wire (digital electronic control), along with new steering and controls, as the contractor will be responsible for the complete installation while removing existing components. The existing engine models have been identified as F300UCB and LF300UCB, prompting inquiries about their specifications. Additional requests for visual documentation of the current steering configuration and motor mounting details have been addressed with references to specific pages in the accompanying documentation. This document is part of a federal government RFP process that outlines requirements and clarifications necessary for contractors to fulfill the government's needs effectively while ensuring compliance and operational readiness of the marine patrol systems.
    The document presents a Single Source Justification for the procurement of Twin Yamaha outboard engines, valued at $67,035.56, necessary to maintain operational capability for the 6th Security Forces Squadron (6 SFS) marine patrol boats. The requirement emphasizes that all existing boats are already equipped with Yamaha engines, which facilitates the interchangeability of parts and expedites repairs during emergencies. This approach is cost-effective, potentially saving upwards of $30,000 per repair compared to switching to a different engine brand, which would entail substantial additional costs for new equipment and modifications. Market research identified only one vendor, Central Florida Yamaha, capable of supplying the needed engines. Though other small business vendors exist in the Yamaha engine market, the report recommends an oral solicitation as a 100% small business set-aside, expecting competition from at least two vendors. The contracting officer deemed that only a single source is reasonably available under FAR guidelines, aiming to streamline acquisition and reduce vessel downtime. This justification aligns with the government's efforts to optimize resource use while fulfilling mission-critical requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from companies capable of supplying turbojet engines for the BQM-34S Subsonic Aerial Target production restart, scheduled for 2030. The Navy requires 100-150 engines that produce a minimum of 2850 lbf continuous Sea Level Static thrust and fit within a specified cylindrical cavity, with development and qualification completed by 2029. The BQM-34S serves as a critical tool for fleet training and testing against modern threats. Interested parties must submit a white paper detailing their proposed engine solutions by 5:00 p.m. EST on December 15, 2025, and direct any inquiries to Kasey Tasciotti or Tamiko C. Blackson via the provided email addresses.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.