Tritoon Boat and Trailer
ID: FA442725Q1058Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals from qualified vendors for a Firm Fixed Price contract to procure a Tritoon Boat and Trailer, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to support the Survival, Evasion, Resistance, and Escape (SERE) program's refresher training for aircrew, enhancing operational readiness through realistic water survival training scenarios. Interested vendors must ensure compliance with the specified delivery timelines and provide thorough documentation, including technical specifications and financial statements, with submissions due by May 1, 2025. For further inquiries, vendors can contact Don Salgado at don_phillip.salgado@us.af.mil or Maekyla Rosendo at maekyla_jane.rosendo.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's 60th Air Mobility Wing at Travis AFB requires a Tritoon boat and a trailer to support the Survival, Evasion, Resistance, and Escape (SERE) program's refresher training (SRT) for aircrew. The boat will enable realistic water survival training and personnel recovery exercises by simulating real-world survival scenarios in natural water bodies, which is critical for enhancing operational readiness and emergency response capabilities. The specifications for the boat include a minimum length of 24 feet, a 400HP motor, a capacity for at least 15 personnel, and specific features for durability and safety. A triple-axle galvanized metal boat trailer is also required. The contract is expected to commence 30 days after award, emphasizing the urgent need for the equipment to ensure effective training and personnel preparedness in real-world situations.
    The document outlines the requirements for verifying contractor responsibility in accordance with the Federal Acquisition Regulation (FAR) 9.103. It emphasizes that contracts must only be awarded to responsible contractors, necessitating an affirmative determination by contracting officers. The criteria for establishing responsibility include adequate financial resources, compliance with delivery schedules, a satisfactory performance record, integrity and business ethics, appropriate organizational structure and technical capabilities, and necessary production equipment. Each contractor must provide documentation demonstrating their ability to meet these standards. The sections detail specific submission requirements for financial records, past performance, and organizational integrity, ensuring that only qualified contractors participate in government projects. This process is critical for minimizing risks associated with contract defaults or unsatisfactory performance, aligning government procurement with operational effectiveness and compliance with laws and regulations.
    The TAFB Security Requirements document outlines access protocols for contractors at Travis Air Force Base, a closed installation. Contractors must undergo identity proofing and vetting, including checks against the National Crime Information Center and California Law Enforcement Telecommunication System, unless they possess a valid government security clearance. Acceptable forms of identification for access include U.S. passports, driver's licenses, and employment authorization documents among others. Contractors are responsible for managing their employees' credentials and must notify authorities of any changes or terminations promptly. Base passes are issued for the contract's duration, up to one year, and must be returned upon expiration. Strict security measures, including random screenings, will be enforced, and disqualifying criteria for access include past terrorism involvement, criminal convictions, and other security risks. The document emphasizes the responsibilities of primary contractors, including coordination with the contracting squadron and ensuring compliance with ongoing security training. This structured framework aims to enhance security measures and identify potential risks associated with personnel access to sensitive military installations, reflecting broader governmental concerns with security and operational integrity in contractor relations.
    The 60th Contracting Squadron at Travis Air Force Base is issuing a Request for Quotation (RFQ) for a Firm Fixed Price contract to procure a SERE Tritoon Boat and Trailer, under solicitation number FA442725Q1058. This RFQ aims to support specific operational requirements and is set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aligning with the NAICS code 336612 for Boat Building. The deadline for submissions is 1 May 2025, with the government reserving the right to cancel the solicitation at any time without obligation to reimburse offerors. Vendors must provide thorough documentation, including specifications and financial statements. Quotation evaluation will focus on both the technical capability of the offered items and price, employing a comparative evaluation process. The government seeks to award the contract to the most advantageous proposal meeting the established requirements. Additional stipulations regarding compliance with various federal regulations, including those pertaining to telecommunications equipment, are outlined, ensuring the contractor adheres to statutory and executive order requirements relevant to the acquisition process. Interested parties are encouraged to contact the listed points of contact for any inquiries.
    Lifecycle
    Title
    Type
    Tritoon Boat and Trailer
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of the LRU20 Man Life Raft for multiple aircraft
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the LRU-33/A 20 Person Inflatable Life Raft, which is critical for AC/HC/MC-130J aircraft operations. The procurement involves a five-year contract strategy for an estimated total of 46 life rafts, with the selected contractor required to demonstrate capabilities, experience, and quality assurance processes relevant to this specialized repair work. Currently, the Original Equipment Manufacturer (OEM) is Air Cruisers Company, LLC (dba Safran), and the government is looking to expand its pool of qualified repair sources due to limitations in data rights and the impracticality of reverse engineering. Interested parties must submit their responses, including detailed business and capability information, by October 16, 2025, and can contact William D. Martin at william.martin.12@us.af.mil or Carmen Davis at carmen.davis.2@us.af.mil for further inquiries.
    20--TRIP DEVICE,QUICK R
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of the TRIP DEVICE, QUICK R, identified by NSN 2040013925220. This solicitation is a Combined Synopsis/Solicitation and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the importance of supporting veteran entrepreneurship in the defense sector. The goods are critical for ship and marine equipment applications, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with a delivery deadline of 126 days after order placement.
    Watercraft & Trailer Services
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking vendors to provide comprehensive maintenance services for a fleet of watercraft located in Key West, Florida. The procurement aims to ensure that various types of watercraft, including reconnaissance crafts, personal watercraft, and associated trailers, are maintained in compliance with Florida state law and Department of Transportation regulations, with a focus on routine maintenance and emergency services. Interested vendors must be located within a 50-mile radius of Key West and are encouraged to submit their capabilities and relevant experience by December 29, 2025, at 4:30 PM EST, with inquiries directed to SSG Ramneek Tinoco or SFC Kevin Margeson via email.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    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.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    42--SUBMARINE ESCAPE IM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Submarine Escape and Surface Survival Personnel Equipment (SESSPE). This contract involves the manufacture or refurbishment of critical survival and escape equipment, which is essential for the safety of personnel in submarine operations. The procurement includes specific quality assurance testing and delivery requirements, with a desired schedule for phased deliveries starting at 60 days after contract award. Interested vendors should contact Michael Thoman at 717-605-4608 or via email at MICHAEL.E.THOMAN2.CIV@US.NAVY.MIL, with the closing date for proposals extended to December 26, 2025.
    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.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. This procurement aims to establish a Firm Fixed Price contract, with a focus on ensuring safety and coordination during the event, which is scheduled for April 24-26, 2026. The selected contractor must be ICAS-certified, have experience with military jet teams, and meet specific insurance and performance criteria, as outlined in the Performance Work Statement. Interested small businesses must submit their quotes by December 29, 2025, at 1:00 PM Pacific Time, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    20--BLADDER,BOAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two boat bladders under solicitation number NSN 2090017001332. The requirement includes the delivery of these items to the Surface Warfare Schools Command within five days after order placement, with the approved source being 1GTC0 E9200173. These bladders are critical components used in marine applications, emphasizing the importance of reliable supply for naval operations. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to DibbsBSM@dla.mil.