MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
ID: 140FS226Q0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, 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 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 khalilah_brown@fws.gov or by phone at 571-547-3407.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The Charles M. Russell NWR Fort Peck Field Station is soliciting quotes for a 150 HP Outboard Motor, specifically a Mercury 150XL FourStroke or an approved equal. The Request for Proposal (RFP) outlines detailed specifications for the motor, including a 150 horsepower, 60 amp/756 watt alternator, black color, Smartcraft compatibility, 3.0L displacement, 455 lbs dry weight, inline 4 engine type, 150 HP/110 kW output, recommended 87 octane unleaded fuel, and a 25-inch shaft length. Vendors proposing an equivalent item must adhere to FAR 52.211-6 by providing descriptive literature that demonstrates compliance with all salient characteristics. This ensures that any alternative proposed meets the functional and performance requirements of the specified Mercury model.
    This Request for Quotation (RFQ) by the U.S. Fish and Wildlife Service, Solicitation Number 140FS226Q0006, is a 100% Total Small Business set-aside for the purchase of one outboard motor (brand name or equal to Mercury Marine 150XL FourStroke). Quotes are due by December 19, 2025, at 5:00 PM EST via email to Khalilah Brown. The outboard motor is to be delivered to the Charles M. Russell NWR in Fort Peck, Montana, by February 2, 2026. Evaluation will be based on "Best Value," considering price, technical acceptability, delivery schedule, and past performance. Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP), with specific documentation required as attachments.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    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.
    MOTOR, ALTERNATING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 10 alternating current motors, identified by part number 3GAA101312-ASE+002, from Russ Equipment Co Inc. These motors are crucial for various operational applications within the Coast Guard, and the contract will be awarded on a firm fixed-price basis to the lowest price technically acceptable offeror. Interested vendors must ensure compliance with packaging and marking requirements as outlined in the DCMA guide, and submit their quotes by December 9, 2025, at 8 AM EST, to the primary contact, Nina Crosby, at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.
    STARTER MOTOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of eight starter motors, identified by NSN 6110-01-453-2183, which are essential for operational readiness. The motors must meet specific requirements, including packaging in accordance with ASTM-D5118 standards and proper marking as per MIL-STD-129R, ensuring they are preserved and secured to prevent damage during transport. This procurement is critical for maintaining the functionality of Coast Guard equipment, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must be registered in the System for Award Management (SAM).
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    Fuel Injectors - Dredge Murden
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is soliciting quotes from small businesses for the procurement of twelve Cummins Fuel Injectors (Part 2882077PX) for the Dredge Murden. The contract requires the contractor to supply these injectors as spares to ensure operational readiness, particularly in remote areas, and emphasizes that they must be new, not remanufactured or core exchanges. This procurement is critical for maintaining the dredge's Cummins QSK-19-M engines, as any failure could lead to significant operational downtime and revenue loss. Interested vendors must submit both a price quote and a technical proposal electronically by December 5, 2025, with questions due by November 28, 2025; for further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.