KATM 10158831 PALAYAQ OUTBOARDS REPOWER
ID: 140P9725Q0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

GASOLINE RECIPROCATING ENGINES, EXCEPT AIRCRAFT; AND COMPONENTS (2805)

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 qualified vendors to provide two Mercury outboard motors for the Palayaq landing craft at Katmai National Park, Alaska. This procurement aims to replace failed Honda engines, ensuring compatibility with existing equipment and minimal modifications to the vessel. The motors are critical for the operational efficiency of the landing craft, which supports park activities and visitor access. Interested small businesses must submit their bids by July 9, 2025, at 2 PM Alaska Time, with the contract period spanning from July 14, 2025, to July 13, 2026. For further inquiries, vendors can contact Janet Milson at janet_milson@nps.gov or by phone at 907-201-2581.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation concerning the procurement of mercury outboard motors for the Palayaq landing craft at Katmai National Park. Its purpose is to address vendor inquiries and clarify requirements related to the request for quotations (RFQ). Key points include that vendors are not required to submit labor quotes; only parts for purchase and shipping to King Salmon, Alaska, are needed. The amendment confirms that items will be picked up from Naknek, Alaska, by park employees, ensuring efficient delivery. Additionally, it clarifies the quantity of a specific part needed per vessel. The period of performance for the contract spans from July 14, 2025, to July 13, 2026, with a firm fixed price structure. This document reflects the procedural elements essential in government procurements, ensuring that all relevant queries are addressed and that compliance with solicitation protocols is maintained.
    The document is a Request for Quotation (RFQ) 140P9725Q0072 from the National Park Service for the procurement of two Mercury outboard motors for the "Palayaq" landing craft at Katmai National Park, Alaska. The RFQ outlines the technical specifications, delivery requirements, and evaluation criteria for vendors. The motors are needed to replace failed Honda engines, emphasizing compatibility with existing equipment and minimal modifications to the vessel. Key details include a total small business set-aside, with a complete project timeline from July 14, 2025, to July 13, 2026. Bids must be submitted by July 9, 2025, at 2 PM Alaska Time, with selection based on the lowest price meeting technical specifications. Additionally, the RFQ incorporates various federal contracting regulations and requires that offers comply with the System for Award Management (SAM). The narrative specifies project components, electrical system requirements, and stipulates criteria for proposals encompassing price, technical capabilities, and adherence to safety and operational standards. This RFQ reflects the government’s effort to ensure efficient procurement while supporting small businesses.
    Lifecycle
    Title
    Type
    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--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    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.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.