J--NF4 Small Boat Repower and Modification
ID: 1333MK25Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to repower and modify the NF4 dive boat, which is currently attached to the NOAA Ship Nancy Foster. The project involves replacing the existing Cummins QSD 4.2L 320 EI marine engine, which has become difficult to maintain due to discontinued production and limited availability of spare parts, with a new engine that offers improved maintenance support and a reliable supply of parts. This repower is crucial for ensuring the operational readiness and efficiency of the dive boat, which plays a significant role in NOAA's marine research and exploration activities. Interested parties should contact Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    28--OUTBOARD ENGINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of seven outboard engines under solicitation number NSN 2805016523076. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The engines will be delivered to various DLA depots both within the continental United States and overseas, highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    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.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.