LAKE-REPAIR FIREBOAT FIRE DAMAGE
ID: 140P8125Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Boat Building (336612)

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
    Description

    The Department of the Interior, through the National Park Service, is seeking proposals for the repair of Fireboat Brown, which has sustained fire damage. The project aims to restore the vessel to its original condition, requiring the replacement of a destroyed V-8 gasoline engine with a new marine-rated engine, installation of a new battery charging system, and replacement of damaged wiring and equipment, all in compliance with marine standards. This initiative is crucial for maintaining essential firefighting resources and ensuring the operational functionality of the vessel. Interested small businesses must submit their quotations by March 27, 2025, with the contract expected to be completed by October 31, 2025. For further inquiries, contact Caroline Bachelier at caroline_bachelier@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The project entails repairing damage incurred by a fire on Fireboat Brown, a specialized firefighting vessel. The objective is to restore the boat to its original condition without visible evidence of the fire. Key tasks include replacing a destroyed V-8 gasoline engine with a new marine-rated engine capable of powering a 1500 gpm fire pump, installing a new battery charging system, and replacing damaged wiring and equipment per marine standards. The contractor is responsible for the proper disposal of the old engine and cleaning the vessel of fire damage. The project must be completed within 180 days and all work performed must adhere to relevant safety regulations. On-site work restrictions include standard business hours, with provisions for weekend work if approved. The contractor must guarantee a warranty on installed equipment and labor. This initiative underscores the government's commitment to maintaining essential firefighting resources and ensuring vessel functionality.
    The federal government is seeking proposals for various programs targeted at enhancing infrastructure, community development, and public services. This request for proposals (RFP) emphasizes collaboration among federal, state, and local agencies to allocate resources efficiently. Key areas of focus include improving transportation systems, public health services, and emergency management capabilities. The grants available under this program aim to support innovative solutions that address pressing community needs, foster economic development, and enhance overall quality of life. Applicants are encouraged to demonstrate capability in project management, stakeholder engagement, and sustainability measures. The RFP outlines specific eligibility criteria, application processes, and evaluation metrics to ensure that selected projects align with federal priorities and community needs, fostering a holistic approach to public funding.
    The government document (Solicitation #140P8125Q0009) outlines a Request for Quotation (RFQ) issued by the National Park Service (NPS) for repairs on Fireboat Brown, focusing on fire damage restoration. Issued on March 3, 2025, the contract aims for completion by October 31, 2025, and is designated as a total small business set aside under the North American Industry Classification System (NAICS) code 336612, with a small business size standard of 1,000 employees. Responses are due by March 27, 2025. Key elements include specifications for repair work, the scope of delivery, and compliance with various Federal Acquisition Regulation (FAR) clauses. Offerors must provide evidence of relevant past experience, including three recent projects of similar size and complexity. The evaluation will consider price and past experience. Additionally, a checklist for quotations, insurance requirements, and stipulations on environmental compliance are included. The document emphasizes the importance of adhering to protocols for contract execution and the electronic submission of payment requests through the U.S. Department of the Treasury's Invoice Processing Platform (IPP), aligning with government accountability measures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 located at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the outdated engine with a modern KEM 6.2L V8, overhauling the decking, and enhancing the electrical systems, alongside inspecting and servicing critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested small businesses must submit their bids by March 4, 2025, with the completion deadline set for March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tannerfrank@fws.gov.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.
    J--In-Frame ENGINE REBUILD
    Buyer not available
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) is soliciting proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. The project requires the installation of a new OEM EGR cooler and conversion to an open crankcase breather, with all necessary labor, parts, and materials to be provided by the contractor. This rebuild is crucial for maintaining the operational readiness of fire management resources, ensuring the reliability of essential firefighting equipment. Interested contractors must submit their proposals by February 24, 2025, and are encouraged to direct any inquiries to Contracting Officer Mindi Paulson at mpaulson@blm.gov by February 28, 2025. The contract will be awarded based on a Firm Fixed Price model, with performance expected from March 12, 2025, to June 10, 2025.
    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.
    LAKE25-0034-RODDER PUMP REPLACEMENT
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the replacement of the jet rodder pump on its Vactor 2100 Combination Sewer Cleaner truck, which is essential for maintaining park facilities at the Lake Mead National Recreation Area. The project requires the contractor to not only replace the leaking pump but also conduct necessary repairs and testing to ensure optimal operation, with all tasks to be completed within 30 days of contract award and a critical 14-day repair window. This procurement is vital for maintaining the infrastructure that supports park operations and visitor services. Interested vendors must submit their proposals by the end of business on March 7, 2025, and should direct inquiries to Michelle Harrison at MichelleAHarrison@nps.gov or by phone at 760-367-5517.
    MI - VEHICLE REPAIR - 2024 FRONTIER
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for vehicle repair services for a damaged 2024 Nissan Frontier pickup truck. The procurement requires vendors to provide a firm-fixed-price quotation, demonstrating their technical qualifications and ability to comply with specified requirements, including extensive front-end damage assessment and repair. This opportunity is particularly significant as it emphasizes the engagement of small businesses and adherence to labor standards, including wage determinations under the Service Contract Act. Interested vendors must submit their proposals in PDF format by March 5, 2025, and can contact Brian Baker at bfbaker@usgs.gov for further inquiries.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel S3008, located in Patuxent, MD. The procurement includes tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, with a performance period of 90 days from the award date. This contract is crucial for maintaining the operational integrity of NOAA's maritime assets, ensuring compliance with safety and quality standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated under solicitation number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure and safety within national parks, ensuring compliance with federal standards and environmental regulations. Interested contractors, particularly women-owned small businesses, must submit their proposals by March 5, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for fire command vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.