BOAT MOTOR REPLACEMENT AND MAINTENANCE SERVICES
ID: M00264-25-Q-LA01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Commander at the Marine Corps Base Quantico, is seeking small businesses to provide boat motor replacement and maintenance services through a combined synopsis/solicitation. The primary objective is to replace an existing Mud Buddy boat motor on a shallow water patrol vessel and establish a bi-annual maintenance service plan for five years, ensuring compliance with U.S. manufacturing standards. This procurement is critical for maintaining effective law enforcement capabilities within the Conservation Law Enforcement Section, with a firm-fixed price contract expected to be awarded. Interested vendors must submit their quotations by April 18, 2025, at 4:00 PM ET, and direct any questions to Sgt. Lesline Abonwoh at lesline.abonwoh@usmc.mil by April 15, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The document outlines a Request for Proposals (RFP) for the replacement of a boat motor for the Conservation Law Enforcement (CLE) Section at Marine Corps Base Quantico. The primary objective is to replace the existing Mud Buddy boat motor on a shallow water patrol vessel with a compatible motor that meets specified performance requirements. Key components of the scope include the removal and disposal of the old motor, installation of a new 40 HP surface drive motor, and provision of a bi-annual maintenance service plan for five years. The planned tasks require adherence to specific technical specifications including design features and capabilities of the new motor. The contract will be a Firm-Fixed Price type, with the contractor bearing travel expenses. All work must be completed within 30 days of contract award, and necessary attachments to guide the process are included. This initiative demonstrates the government's commitment to maintaining effective law enforcement capabilities within the natural resource management framework.
Apr 11, 2025, 3:13 PM UTC
Apr 11, 2025, 3:13 PM UTC
Apr 11, 2025, 3:13 PM UTC
Mar 31, 2025, 8:04 PM UTC
This document outlines a Request for Quotation (RFQ) from the U.S. Government for the procurement of specific boat motor-related services and equipment. The solicitation number is M00264-25-Q-LA01, and the opportunity is exclusively set aside for small businesses, classified under NAICS code 488390. The main requirements include the removal and disposal of an old boat motor, installation of a new 40 HP surface drive motor with specific salient characteristics, and annual maintenance and repairs over five years. The solicitation emphasizes that eligible products must be manufactured in the U.S.A. or comply with the relevant DFARS regulations. Key evaluation criteria for quotations include price, past performance, and adherence to stated technical specifications. Quotations are due by April 3, 2025, with instructions for electronic submission provided. The document also mentions the conditions and clauses that govern the acquisition process, highlighting that a quotation is not an offer but a request for an order from the government. Overall, this RFQ aims to facilitate the procurement of essential boating equipment and services for the U.S. Marine Corps base at Quantico, VA, ensuring the selection of capable vendors who meet all necessary requirements.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Request for Quotation (RFQ) numbered M00264-25-Q-LA01, seeking small businesses to provide certain boat motor services for the Marine Corps Base Quantico. It specifies a Firm Fixed Price Purchase Order to remove an old boat motor, install a new motor, and conduct bi-annual maintenance from 2025 to 2029, emphasizing a requirement for compliance with U.S. manufacturing standards. The RFQ includes detailed specifications for the new boat motor, such as having a 40 HP surface drive with particular features and acceptable brands being Mud Buddy and Gator Tail. Offerors must adhere to specific Far Clauses and provide requested documentation with their quotations. The submission deadline is April 18, 2025, with questions due by April 15, 2025. Delivery is required at the specified boat location or to a mechanic's facility, with costs included in the pricing. This opportunity underscores the government's commitment to supporting small businesses while fulfilling their operational needs in accordance with federal acquisition regulations.
Apr 11, 2025, 3:13 PM UTC
The Marine Corps Installations – National Capital Region (MCI-NCR) has issued a Request for Quotation (RFQ) for boat motor replacement and maintenance services, adhering to the Federal Acquisition Regulation (FAR) guidelines. This procurement is strictly for small business concerns, and proposals must reflect the characteristics outlined in the Statement of Work (SOW). Vendors are required to submit their quotes electronically by April 18, 2025, at 4:00 PM ET. Important details include the need for technical compliance regarding the SOW requirements and the necessity for completion of motor replacement within 30 days of contract award, with bi-annual maintenance thereafter. The procurement will operate under a firm-fixed price award, and any submitted quotes that do not meet the technical requirements or are from non-small businesses will be disqualified. Payment terms are set at NET 30, with invoicing through the Wide Area Workflow (WAWF). Questions about the RFQ must be directed to the contracting officer by April 15, 2025. There will be no site visit during the solicitation period. The process underscores the government's intent to ensure quality and adherence to standards while facilitating small business participation in federal contracting opportunities.
Apr 11, 2025, 3:13 PM UTC
This document serves as an addendum to the FAR 52.212-2 provision, detailing the evaluation process for a contract solicitation by the government. The primary purpose is to establish criteria for awarding contracts based on price, compliance with the solicitation, and past performance. Offers will be ranked from lowest to highest price, with emphasis on the following evaluation factors: 1. Compliance: Quotes must align with the solicitation's requirements, specifying adherence to item characteristics, delivery timelines, and all terms. 2. Past Performance: Contractors must demonstrate neutral to satisfactory past performance as assessed under relevant federal regulations. 3. Price Reasonableness: Before awarding a contract, the Contracting Officer will verify that the proposed price is fair and reasonable in line with federal guidelines. The document also outlines the review process for completeness and accuracy of submitted quotes, ensuring arithmetic correctness and proper pricing formats. This structure reflects the government’s commitment to a transparent and competitive bidding process while maintaining quality and compliance standards for awarded contracts. Overall, it underscores the importance of thorough evaluation in the procurement process.
Apr 11, 2025, 3:13 PM UTC
The solicitation M00264-25-Q-LA01 involves a request for proposal (RFP) concerning the acquisition or maintenance of services related to a boat and motor originally purchased from Mud Buddy. Key points include the allowance for vendors to not be authorized dealers for Mud Buddy, as long as they can meet the five-year warranty requirement and necessary installation standards. There are no prior contracts associated with the site, as the boat and motor were delivered directly. Budget details remain confidential, and while the job may be subcontracted, there are no specific requirements governing subcontracting practices. Amendments include a new offer due date of 23 March 2021 and the removal of the Performance Work Statement (PWS). This document serves to clarify vendor inquiries and formalize responses relevant to the solicitation process, reflecting the standard operations of government RFPs which prioritize compliance, transparency, and contractor engagement.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
38th Boat Engines
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of two new 350hp outboard motors for the 38th Rescue Squadron's Safeboats, to be installed at Moody Air Force Base in Georgia. The motors must be gasoline-powered, lightweight (700lbs or less), and include various components such as an electric steer helm, digital gauge, and necessary installation labor, with a requirement for training on maintenance if a non-Mercury or Yamaha brand is proposed. This procurement is critical as the current motors have reached their operational limit, and the new engines will ensure mission readiness while providing extended warranties for cost savings. Interested vendors should submit their quotations by 2:00 PM EST on April 21, 2025, and can direct inquiries to Ryan M. Trevino at ryan.trevino.2@us.af.mil or Maria Spence at maria.spence@us.af.mil.
DWA Outboard Motors
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the procurement of DWA Outboard Motors under a total small business set-aside. Contractors are required to comply with the updated Performance Work Statement (PWS) and submit their proposals along with Amendment 1 by the extended deadline of April 22, 2025. These outboard motors are crucial for various military operations, emphasizing the importance of reliable and efficient equipment in supporting defense activities. Interested bidders can reach out to Tonya French at tonya.c.french@usace.army.mil or call 509-527-7232 for further details regarding the solicitation process and requirements.
MOTOR,DIRECT CURREN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of direct current motors. The contract requires the manufacture and design of these motors to meet specific technical requirements, including compliance with various quality assurance standards and packaging specifications. These motors are critical components for naval operations, ensuring the reliability and efficiency of electrical systems on naval vessels. Interested vendors must submit their bids by the end of business on February 5, 2025, and can direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
MK VI Storage Laydown and Maintenance Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide storage, laydown, and maintenance support services for three MK VI Patrol Boats. The contractor will be responsible for all personnel, equipment, materials, and quality control necessary for the services, which will take place at the contractor's facility, beginning May 1, 2025, for a period of one to four months, with the possibility of two one-month extensions. This procurement is a total small business set-aside under NAICS code 336611, emphasizing the importance of engaging small businesses in fulfilling government contracts. Interested parties must submit their quotes by 11:00 AM local time on April 18, 2025, and can direct inquiries to MSgt Timothy Frasier at timothy.frasier@us.af.mil or MSgt Thomas Emery at thomas.emery.2@us.af.mil.
61--MOTOR,ALTERNATING C
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Alternating Current Motor, specifically NSN 6105014731955, intended for delivery to the USS Makin Island (LHD 8). The requirement includes a quantity of one unit, with a delivery timeline of 20 days after order (ADO). This motor is critical for the operation of various electrical systems aboard naval vessels, underscoring its importance in maintaining fleet readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available on the DLA's website, and all responsible sources are encouraged to participate.
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 Mechanicsburg, is soliciting offers for the repair and modification of electric motor assemblies. The procurement requires vendors to provide a firm fixed price for the complete repair of the motor assembly, including teardown, evaluation, inspection, and restoration to "like new" condition, with specific turnaround times and throughput constraints outlined in the solicitation. This contract is critical for maintaining operational readiness and ensuring the reliability of naval equipment. Interested parties must submit their proposals by April 18, 2025, and can direct inquiries to Andrea Rhone at 717-605-1125 or via email at ANDREA.M.RHONE.CIV@US.NAVY.MIL.
J--Boat Preventative Maintenance and Repair
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
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).
J--Boat Preventative Maintenance and Repairs
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.