19--SUPPLY, PROCUREMENT OF 25-FOOT VESSEL, OUTBOARD EN
ID: 140P5425Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking quotes for the procurement of a 24 to 27-foot vessel, equipped with a Mercury outboard engine and a boat trailer, intended for use at Biscayne National Park. This procurement is part of a Firm-Fixed Price Contract aimed at enhancing operational capabilities for park resource management, with a focus on durability and functionality in marine conditions. The selected vessel must meet specific construction requirements, including a self-bailing hull and safety features, to ensure it can withstand frequent use in a challenging environment. Interested vendors must submit their quotes by June 25, 2025, by 4:00 PM EST, and can direct inquiries to Yujeiry Eusebio at Tony_Eusebio@nps.gov or by phone at 470-819-0959.

    Point(s) of Contact
    Files
    Title
    Posted
    Biscayne National Park is requesting bids for a 24 to 27-foot fiberglass boat intended solely for daily maintenance operations, requiring robust construction to endure harsh marine conditions and frequent use. Key specifications include an unsinkable self-bailing hull, heavy-duty rubrail, and a minimum five-year warranty. The preferred engine is a Black Mercury Marine 400 V10 AMS VERADO, alongside essential structural components like a fiberglass hardtop, navigation display, VHF radio, and various safety features. Additional equipment includes a fully equipped aluminum trailer designed for saltwater conditions and a selection of potential color options for the boat’s hull. Emphasis is placed on functionality, safety, and durability, ensuring the vessel meets operational needs in the demanding environment of Biscayne National Park. This RFP aligns with the federal government's objective to enhance park operational capabilities through the acquisition of specialized equipment.
    The document outlines the key questions and responses related to a solicitation for the procurement of 24 to 27 vessels, outboard engines, and trailers for Biscayne National Park (RFP number 140P5425Q0028). It clarifies specifications and acceptable variations for vessel dimensions, stating that while the overall length should not be shorter than 24 feet, a small extension is permissible. Although a fiberglass hull is preferred, aluminum is also an acceptable option. The document specifies that a proposed 23T vessel is not suitable due to concerns over deck space and weight capacity, while a 25T vessel meets the criteria. Delivery of the vessels is expected as soon as they become available. The purpose of the document is to provide clarity on procurement needs for federal and state entities, ensuring compliance with project specifications while facilitating vendor response to the RFP.
    This file pertains to the amendment of solicitation number 140P5425Q0028, which modifies the existing offer process under the auspices of the Department of the Interior, National Park Service, Southeast Region. The amendment serves a dual purpose: it provides a document containing questions and responses related to the original solicitation, and it extends the submission deadline for quotes to June 25, 2025, by 4:00 PM EST, giving potential contractors additional time to prepare their proposals. The period of performance for the resulting contract will be from July 1, 2025, to June 30, 2026. It outlines requirements for acknowledging receipt of the amendment and stipulates that all terms and conditions of the initial solicitation remain effective unless expressly modified in this document. This amendment reflects standard protocol in government procurement processes, ensuring transparency and fairness in soliciting quotes from contractors.
    The National Park Service, through solicitation number 140P5425Q0028, seeks quotes for a 24 to 27-foot vessel, a Mercury outboard engine, and a boat trailer for Biscayne National Park. The procurement processes are part of a Firm-Fixed Price Contract that emphasizes best value based on criteria like pricing, service capabilities, completion time, and past performance with no exclusions in SAM.gov. Quotes are due by 04:00 PM EST on June 19, 2025, with questions accepted until June 13, 2025. Vendors must submit a completed SF 18 form, detailed pricing, and any specifications for the products offered. This Request for Quotation (RFQ) is designated as a Total Small Business Set-Aside under NAICS 336612 for Boat Building. Adherence to federal and agency regulations is required, with compliance checks for telecommunications and supply chain security measures included. The document outlines all necessary provisions for successful bidding and confirms the commitment to ecosystem integrity and competitive pricing in federal procurements. This solicitation reflects the government's intention to enhance operational capacity in managing park resources while fostering small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    28--OUTBOARD ENGINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of seven outboard engines under solicitation number NSN 2805016523076. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The engines will be delivered to various DLA depots both within the continental United States and overseas, highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    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.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.