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
ID: N61331-25-T-TR16Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines essential contractual information related to deliveries, performance standards, and administrative contract management procedures, primarily for federal contracts. Key sections include delivery terms (FOB origin and destination), payment processing through electronic systems, and contract clauses ensuring compliance with various regulations, including prohibitions against certain foreign technology and practices. It emphasizes the reporting obligations tied to executive compensation, Subcontractor integrity checks, and the importance of safeguarding sensitive government information. Within the contract administration section, responsibilities are defined for points of contact, including procurement officers and technical representatives, addressing the flow of communications and authority regarding contractual changes. Moreover, the document stipulates hours of operation for contract services, outlining limitations on deliveries over weekends and holidays to maintain operational efficiency. Through this structured compilation of regulations and administrative processes, the document aims to establish clear expectations for contractors and enhance compliance and accountability in federal procurement activities.
    The document serves as a Brand Name Justification for the acquisition of Yamaha Outboard Motors by the Naval Sea Systems Command, specifically the Naval Surface Warfare Center Panama City Division (NSWC PCD). The action proposes a firm fixed price order for Yamaha Twin Outboard Engines (F250USB and LF250USB) and associated equipment required for operation from a 28-foot SEAARK boat. The estimated value exceeds $25,000, utilizing simplified acquisition procedures under the threshold of $250,000. The justification emphasizes that only Yamaha motors meet the specific needs due to compatibility with existing vessel mounts, avoiding additional costs associated with replacements. Additionally, the contract officer asserts that the acquisition provides the best value, considering various associated costs. Market research confirmed that Yamaha is the only supplier capable of fulfilling these requirements. No other facts were noted to support the justification, and the conclusion reiterates that Yamaha's unique qualifications prevent the consideration of alternate brands for this purchase. The document reflects the procedural rigor involved in federal procurement while highlighting the necessity of brand-specific equipment for operational efficiency.
    Similar Opportunities
    Boat Engine, Cable, Install IAW Salients and SOW
    Buyer not available
    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.
    29--Mercury V8 Sea-Pro 300hp Engines
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure MERCURY V8 SEAPRO ENGINES. These engines are typically used for marine applications and will support Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The procurement requires FOB Destination pricing and will be solicited from Mercury Marine (Manufacturer) and authorized distributors. The solicitation will be posted on 06/14/2019 with a due response date of 07/02/2019. Interested parties should contact Julio Hernandez, the Purchasing Agent, for more information.
    Mercury Outboard Motors
    Buyer not available
    The DEPT OF DEFENSE, DEPT OF THE NAVY, NSWC CARDEROCK has issued a Combined Synopsis/Solicitation notice for the procurement of Mercury Outboard Motors. These motors are typically used for Acoustic Research Detachment (ARD) Bayview, Idaho boats. The notice provides detailed specifications in the attached Combined Synopsis and Solicitation document (N0016724Q0158 CSS).
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.
    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.
    Pump and Motor Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking proposals for the procurement of pump and motor assemblies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 333996, which pertains to Fluid Power Pump and Motor Manufacturing. The goods are critical for various naval operations, ensuring reliable power and functionality in marine environments. Interested vendors should reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or call 757-762-3346 for further details regarding the solicitation process.
    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.
    61--MOTOR, 20 H.P.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure a 20 H.P. motor. This solicitation aims to fulfill the need for electrical motors, which are critical components in various naval applications and operations. The procurement falls under the NAICS code 335312, focusing on Motor and Generator Manufacturing, and is categorized under the PSC code 6105 for electrical motors. Interested vendors can reach out to Zackary Loudon at 717-605-7722 or via email at ZACKARY.LOUDON@NAVY.MIL for further details regarding the solicitation process.
    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.
    61--MOTOR ASSEMBLY,ELEC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure motor assemblies for repair and modification purposes. The requirement involves the acquisition of two units of NSN 7H-6105-012010921, with delivery terms set to FOB Origin, and the government does not possess the data rights necessary for competitive sourcing of this part. This procurement is critical as it pertains to electrical motors essential for various defense applications, and the government intends to negotiate with only one source under FAR 6.302-1, although interested parties may submit proposals or capability statements within 45 days of this notice. For further inquiries, interested vendors can contact Andrea Rhone at (717) 605-1125 or via email at ANDREA.RHONE@NAVY.MIL.