LARO FY24 Repower Two Patrol Boats
ID: 140P8324Q0091Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Ship Building and Repairing (336611)

PSC

INSTALLATION OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (N028)
Timeline
    Description

    The National Park Service (NPS) is seeking qualified vendors to replace two Mercury Verado 275 HP outboard engines on law enforcement boats at Lake Roosevelt National Recreation Area in Kettle Falls, WA. The project involves the procurement, removal, and installation of new marine-grade engines that meet specific operational specifications, including a minimum horsepower of 300 and compatibility with up to 10% ethanol fuel. These boats are essential for patrol and transportation within the recreation area, highlighting the NPS's commitment to maintaining effective law enforcement capabilities. Interested vendors must submit separate quotes for each boat by September 12, 2024, and can direct inquiries to John Flatt at John_Flatt@nps.gov or by phone at 360-854-7221.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) numbered 140P8324Q0091 issued by the National Park Service for the replacement of two boat engines at Lake Roosevelt National Recreation Area. The procurement relates to commercial services involving the supply and installation of replacement engines that meet specified standards. Interested vendors must submit separate quotes for each boat by September 12, 2024, detailing pricing for equipment and installation, alongside a demonstration of relevant experience and references. The RFQ emphasizes the importance of compliance with various federal acquisition regulations and requires potential contractors to be registered as small businesses in the System for Award Management (SAM). Evaluation criteria will focus on price, engine specifications, and past performance. The document provides essential guidelines for submitting quotes, including required documentation and contact information for queries. This RFQ reflects the government's commitment to maintaining operational efficiency for its law enforcement vessels by ensuring proper engine functionality and adherence to safety standards.
    The National Park Service (NPS) seeks proposals for the replacement of two Mercury Verado 275 HP outboard engines on its law enforcement boats at Lake Roosevelt National Recreation Area. This project involves the procurement, removal, and installation of new marine-grade engines, integrated controls, and necessary components to ensure compliance with operational specifications. The boats, 21-foot aluminum vessels constructed in 2007, are crucial for patrol and transportation in the area. The work scope requires the new engines to meet specific salient characteristics, such as a minimum horsepower of 300, fuel tolerance for up to 10% ethanol, electric start, and cooling systems. The contractor will also conduct sea trials, ensuring the boats operate to factory standards upon completion. The NPS will manage transport logistics, with the vendor coordinating delivery and initiation of work. Comprehensive documentation, including operational manuals for the new motors, must be provided to the NPS in both electronic and hard copy formats. This initiative emphasizes the NPS's commitment to maintaining effective law enforcement capabilities within the recreation area.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    29--Mercury V8 Sea-Pro 300hp Engines
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure MERCURY V8 SEAPRO ENGINES. These engines are typically used for marine applications and will support Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The procurement requires FOB Destination pricing and will be solicited from Mercury Marine (Manufacturer) and authorized distributors. The solicitation will be posted on 06/14/2019 with a due response date of 07/02/2019. Interested parties should contact Julio Hernandez, the Purchasing Agent, for more information.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    Mercury Outboard Motors
    Active
    Dept Of Defense
    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).
    MO-COLUMBIA FWCO-PALLID REPAIR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting qualified contractors for the repair of its vessel, named "Pallid," which requires a new power trim assembly and associated parts due to a malfunctioning Yamaha F150XB 4Stroke outboard motor. The contractor will conduct a complete diagnostic assessment, recommend necessary parts and service costs, and perform repairs in accordance with OEM specifications, ensuring the vessel's safe operation. This procurement is critical for maintaining operational readiness and safety for wildlife conservation efforts, with a delivery date set for November 22, 2024. Interested parties should direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or call 308-635-7851, and must adhere to the wage determinations outlined in Wage Determination No. 2015-5079 for compliance with federal standards.
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    Solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at various locations within Olympic National Park, including Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge. The selected concessioner will be responsible for providing a range of services, including campground rentals and firewood, enhancing visitor experiences in this popular national park. Interested parties are encouraged to attend a site visit on September 18, 2024, with registration required by September 16, 2024, and must submit a "Notice of Intent to Propose" by November 21, 2024. Proposals must be submitted electronically by December 19, 2024, and inquiries can be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for specific OEM parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The procurement involves the supply of a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with a total requirement of 9 and 10 units, respectively, to be delivered to the Baltimore warehouse. This procurement is crucial for maintaining the operational readiness of the Coast Guard's marine equipment, emphasizing compliance with military packaging and marking standards. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days post-inspection and acceptance of the delivered items.