AL-FWS ALABAMA ESFO-BOAT REPOWERING
ID: 140FS325Q0097Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Ship Building and Repairing (336611)

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 (USFWS) is seeking qualified small businesses to provide boat repowering services for two Kaan boats as part of a federal contract opportunity. The project involves the removal and installation of outboard motors, including necessary controls and rigging, to ensure the operational readiness of the vessels, which are vital for the agency's conservation efforts. This procurement falls under the NAICS code 336611 for Ship Building and Repairing, with a total small business set-aside designation, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties must submit their bids by July 9, 2025, and can contact Keith Rose at keith_rose@fws.gov or 612-713-5423 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates and fringe benefits for various occupations in Baldwin County, Alabama. Contracts effective from January 30, 2022, or renewed thereafter must pay a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The document provides a comprehensive list of job classifications, each with associated hourly wage rates and additional notes regarding fringe benefits. Key provisions include entitlements to paid sick leave under Executive Order 13706 and various holidays and vacation benefits. The document emphasizes that some minimum wage requirements may not apply to specific seasonal contracts or locations. Furthermore, it details a conformance process for unlisted job classifications, obligating contractors to seek appropriate wage rates for those roles. The overarching purpose is to ensure fair wages and labor standards for employees working on federally contracted service jobs, adhering to labor regulations while fostering compliance among contractors.
    The U.S. Fish and Wildlife Service (USFWS) aims to repower two Kaan boats due to aging motors. The project involves transferring existing motors between the vessels and installing a new outboard motor. For Boat 1, an 18-foot Kaan boat, the current 90hp Yamaha motor will be removed, and a 115hp motor from a smaller 16-foot Kaan boat will be installed, including the relocation of necessary controls and rigging. Boat 2 will have its 115hp motor removed, replaced with a new 90hp Yamaha motor, and will also require installation of controls and cabling for safe operation. After the installations, functional testing of both boats will be conducted to ensure operational readiness. All costs, including labor, materials, and taxes, are included in the project price. This scope illustrates USFWS's commitment to maintaining operational vessels vital for their conservation efforts.
    The document is a Past or Present Performance Survey intended for businesses participating in government contracting opportunities, particularly for federal requests for proposals (RFPs) and grants. It collects essential company information, including business structure, leadership, and Unique Entity Identifier (UEI), as well as detailed descriptions of up to three past or ongoing contracts. For each contract, companies must provide information about the contracting agency, project scope, financial details, role (prime contractor, joint venture, or subcontractor), and any subcontracting performed. Additional queries address quality control and safety plans, the resolution of issues encountered, and whether the company was terminated from any contract. The purpose of the document is to assess the past performance of companies as a qualification measure for future contracting opportunities. By compiling this information, agencies can evaluate contractors' capabilities, reliability, and adherence to safety and quality standards, integral for ensuring successful project execution within government-funded initiatives. Overall, the survey's structure systematically gathers relevant contractor performance data to support informed decision-making in government contracting.
    The document is a Request for Quote (RFQ) for Boat Repowering Services from the U.S. Fish and Wildlife Service (USFWS) Alabama Environmental Services Field Office (ESFO). The solicitation number is 140FS325Q0097, with a due date for bids set for July 9, 2025. This acquisition falls under the Small Business Set-Aside category, specifically targeting the NAICS code 336611 for Ship Building and Repairing, with an employee limit of 1,300. Offerors must meet requirements such as registration in the System for Award Management (SAM) and submission of three relevant past performance examples. Evaluation criteria include technical experience, proposed management plans, and cost-effectiveness. The document outlines procedures for payment, with specific invoicing requirements through the U.S. Treasury's Invoice Processing Platform. The contract will adhere to various Federal Acquisition Regulation (FAR) clauses, ensuring compliance with federal standards and protected categories. The anticipated award date is July 20, 2025. This RFQ illustrates the government's commitment to service contracts that adhere to regulatory standards while promoting small business participation in federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    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 khalilahbrown@fws.gov or by phone at 571-547-3407.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USCGC Kathleen Moore DS FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    Re-Conditioning of the Shafts and Propellers for the JC Thomas
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the re-conditioning of shafts and propellers for the inland river towboat M/V JC Thomas. This procurement involves the reconditioning of a spare set of port and starboard wheels and shafts, which are critical components for the vessel's operation. The M/V JC Thomas, a 4,640 HP twin screw vessel built to ABS Class standards, plays a vital role in the operations of the Huntington District. Interested small businesses are encouraged to reach out to Bradley Adkins at bradley.d.adkins@usace.army.mil or call 304-399-5270 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.