DWA Outboard Motors
ID: W912EF25Q0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Ship Building and Repairing (336611)

PSC

MOTORS, ELECTRICAL (6105)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the procurement of DWA Outboard Motors under a total small business set-aside. The contract aims to secure outboard motors and associated installation services, which are critical for various military and operational applications. Interested bidders must comply with federal regulations and demonstrate their capability to deliver innovative solutions that enhance operational efficiency. Proposals are due by May 14, 2025, with a mandatory site visit scheduled for May 8, 2025. For further inquiries, potential bidders can contact Tonya French at tonya.c.french@usace.army.mil or by phone at 509-527-7232.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a contract for the supply and installation of Mercury Marine Verado 250 Outboard Motors on multiple government vessels at the Dworshak Project in Ahsahka, Idaho. The contract involves providing five standard outboard motors and two counter-rotating motors, alongside their respective installations on four vessels. The contractor must adhere to specific technical specifications, including engine performance, propeller requirements, and compliance with safety standards, ensuring all components are new and compatible. The installation requires thorough preparation, with the government providing necessary logistical support, including forklifts for motor removal and installation. A commissioning test drive is mandated after each installation to verify operational functionality. The contractor is also obligated to supply spare parts, maintain warranties, and comply with strict security and delivery protocols. The document emphasizes the need for meticulous compliance with all outlined requirements to ensure successful contract fulfillment while maintaining safety and operational standards.
    The document outlines a framework for federal and state/local Requests for Proposals (RFPs) and grants aimed at enhancing governmental programs and initiatives. The central focus is on encouraging collaboration between various levels of government and organizations to address community needs and improve service delivery. Key ideas include the importance of transparency in the procurement process, criteria for evaluating proposals, and the necessity for proposed solutions to align with strategic goals. Supporting details emphasize the requirement for adherence to federal guidelines, fostering innovation, and promoting equitable access to resources. The structure of the document includes sections on eligibility criteria, application procedures, and compliance requirements, serving as a comprehensive guide for potential applicants. Overall, this document serves as a vital resource for stakeholders, assisting them in navigating the RFP process while ensuring alignment with government objectives and community enhancement.
    The government document outlines the technical specifications for acquiring and installing multiple Mercury Marine Verado Outboard Motors at the Dworshak Project in Ahsahka, Idaho. The scope involves delivering five standard and two counter-rotating motors along with their installation on four government vessels. Key requirements include that all motors must be new, of the latest model, and identical in make. The contractor is responsible for disposal of old motors, and must provide all necessary materials, tools, and labor for installation, which needs to be conducted within specific weekdays. Additionally, each motor installation includes a 30-minute commissioning test drive to ensure operational functionality, with provisions made for repair if discrepancies occur. The document specifies the need for matching propeller specifications and outlines the warranty conditions for parts and labor. A critical aspect of compliance includes adhering to stringent security measures and procedures outlined for contractor personnel. Deliveries of all components must take place by April 15, 2025, ensuring proper shipping and packing protocols are followed. Overall, this procurement emphasizes operational efficiency, compliance with federal requirements, and safety during the installation of marine equipment.
    The document outlines the requirements and procedures for a federal Request for Proposals (RFP) aimed at securing contracted services that support government initiatives. It emphasizes the need for transparency, accountability, and adherence to federal guidelines in the bidding process. Key elements include an outline of eligibility criteria for bidders, submission deadlines, and the evaluation process for proposals. The RFP seeks to solicit innovative solutions to enhance efficiency and effectiveness in program delivery. Bidders are encouraged to provide detailed project plans, including cost estimates and timelines, while demonstrating their experience and qualifications in similar government projects. The document serves as a guide for stakeholders involved in the procurement process, ensuring alignment with federal regulations and fostering competition among vendors, which ultimately benefits service delivery to the public.
    The document appears to be corrupted or unreadable, containing only a series of non-informative symbols and characters, which prohibits any analysis or summarization. Consequently, there is insufficient information to discern the main topic or critical details, as the content does not convey any coherent message or structured ideas typically found in government RFPs, federal grants, or state and local proposals. Further investigation or access to an uncorrupted version of the file is required to facilitate a proper summary and analysis. Without accessible content, producing a meaningful summary is unattainable at this time.
    The document focuses on federal and state/local government requests for proposals (RFPs) and grants aimed at improving various initiatives within the community. It outlines procedures for submitting proposals, eligibility criteria for applicants, and funding priorities that align with governmental objectives. The RFP process emphasizes collaboration with local stakeholders to enhance project impact and ensure efficient use of funds. Grant recipients are expected to comply with reporting requirements and are encouraged to evaluate their projects' outcomes. This approach not only fosters transparency but also assesses the effectiveness of funded initiatives. The overall aim is to facilitate improvements in public services and community development through strategic funding strategies and partnerships.
    The document appears to be corrupted or unreadable, consisting primarily of garbled text and non-standard characters. As such, it lacks coherent information or a clear structure to analyze. Without comprehensible content, it's impossible to extract a main topic, key ideas, or supporting details. To provide an accurate summary and analysis, a readable version of the document is essential. Without further context or clear text, I am unable to fulfill the task as instructed. Please provide a corrected or legible version of the document for analysis and summarization.
    The document pertains to a site visit for an outboard motor location organized by Esri in conjunction with the USDA Farm Service Agency. It includes a visual representation of the meeting area, indicating important elements such as paved roads and the parking lot at Bruces Eddy. The purpose of this site visit is likely to assess the specifications and logistics for the implementation of outboard motor initiatives in relation to government operations. Key details included in the file focus on accessibility and the locality of the meeting site. By providing clear geographic markers, the document serves as a practical guide for participants to navigate to the engagement efficiently. Overall, this file highlights the essential preparatory steps taken to ensure organized and fruitful collaboration between government entities and stakeholders involved in the outboard motor program.
    The document contains a series of federal and state RFPs and grants focusing on various initiatives. It emphasizes the importance of seeking proposals that align with government objectives, ensuring accountability and efficiency in the allocation of resources. Key themes include sustainable development, infrastructure enhancement, and community support. Instructions and requirements for potential bidders are outlined, highlighting the need for compliance with regulatory standards and performance metrics. The document also speaks to the evaluation criteria for submissions, which will examine the feasibility, impact, and innovation of proposed projects. Additionally, it addresses the significance of local collaboration and public engagement in project execution to achieve greater community benefit. The structure comprises an overview of funding availability, detailed application processes, and specific project goals, promoting clarity for applicants. Overall, the document serves as a guide for engaging with government funding opportunities, aiming to foster growth and development in targeted areas.
    The provided government file appears to be a corrupted or improperly formatted document. As a result, it does not contain discernible text or coherent information regarding federal RFPs, grants, or state and local procurement processes. A proper analysis of a typical government file within this context would generally focus on the purpose of funding opportunities, eligibility criteria, application procedures, and timelines associated with federal and state initiatives. Such documents usually serve as guides for organizations seeking federal assistance or partnerships with government entities to fulfill specific public needs through funded projects. Without clear content from the file, no specific key points or themes can be drawn, highlighting the importance of document integrity for effective analysis and understanding of government proposals and funding mechanisms.
    The document relates to various federal and state/local requests for proposals (RFPs) and grants, focusing on identifying areas of funding and project opportunities. It outlines the objectives of these RFPs, which typically seek innovative solutions from contractors to improve government services, infrastructure, and community initiatives. Key components include the criteria for proposal submissions, evaluation processes, and specific project requirements that applicants must adhere to. The document emphasizes the importance of compliance with federal regulations and local policy initiatives while inviting diverse participation from enterprises, particularly in underrepresented communities. The overarching goal of these initiatives is to foster economic growth and development, enhance public services, and ensure effective allocation of governmental resources through collaboration and engagement with capable service providers. This approach aims to drive improvements across various sectors, ensuring that projects align with community needs and governmental priorities.
    The document serves as an amendment to a solicitation for contract W912EF25Q0012, detailing updates pertinent to the response timeline and contract specifics. Key changes include extending the offer due date to May 14, 2025, at 12:00 PM PDT, and scheduling a mandatory site visit for offerors on May 8, 2025, at 12:30 PM PDT, with an attached map for directions. Additionally, the descriptions for Contract Line Item Numbers (CLINs) 0004 and 0005 have been corrected to remove the "CXL" designation, now simplifying to “Almar Motor 250 2” and “Almar Installation 250 2” respectively. All other terms of the original solicitation remain unchanged. The document emphasizes the importance of acknowledgment of this amendment in the offer submission process, indicating potential rejection for failure to comply. This amendment highlights the procedural updates that are critical for participants involved in federal contracting opportunities, ensuring clarity and compliance within the bidding process.
    The provided file appears to contain a series of encoded characters or binary data that lacks discernible text or contextual information. As such, it does not present any main topic, key ideas, or supporting details due to its incomprehensible nature. Consequently, it is not possible to extract meaningful content pertaining to federal or state RFPs or grants, and therefore no summary can be constructed. To provide an effective analysis and summary, access to a properly formatted document with relevant information is essential.
    Lifecycle
    Title
    Type
    DWA Outboard Motors
    Currently viewing
    Solicitation
    Presolicitation
    Sources Sought
    Similar Opportunities
    Direct Current Motor (NSN 6105-01-632-5761)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Firm-Fixed Price Requirements supply contract for Direct Current Motors, identified by Army Part Numbers 13659122-T (Tan) and 13659122-G (Green), with NSN 6105-01-632-5761. The procurement aims to fulfill the Army's needs for electrical motors, which are critical components in various military applications, ensuring operational readiness and efficiency. The solicitation, numbered W911N225RA001, is expected to be released on or about June 18, 2025, with proposals due by approximately July 3, 2025. Interested vendors must be registered in the System for Award Management (SAM) to be eligible for contract award, and inquiries can be directed to Contract Specialist Danielle Rhone at danielle.r.rhone.civ@army.mil or by phone at 717-267-8480.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - UPDATED 13 May 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified contractors for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, aimed at providing maintenance and repair services for U.S. Army vessels. This procurement encompasses various tasks across three operational zones: CONUS (Continental U.S.), OCONUS (Outside Continental U.S.), and Pier Side, with an estimated maximum ordering value of approximately $522 million. The program emphasizes the importance of small business participation and requires contractors to have an approved Master Vessel Agreement (MVA) or Agreement for Boat Repair (ABR) prior to the solicitation closing, with the final Request for Proposal (RFP) expected to be released in March 2025. Interested parties can direct inquiries to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further details.
    Travel Motor Rebuild
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for a contract focused on the rebuild of two travel motors, specifically DC motors ranging from 10hp to 10.8hp, as outlined in the Performance Work Statement (PWS). The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform the rebuild, which includes inspection, repair, and testing of the motors, with a performance timeline of seven weeks from the date of award. This contract is significant for maintaining operational capabilities at the naval shipyard and is set aside for small businesses, with a total estimated value of $34 million. Interested parties must submit their quotes via email by the specified deadline and ensure they are registered with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact David R. Willey at david.r.willey.civ@us.navy.mil or Brian Fergus at james.b.fergus2.civ@us.navy.mil.
    MOTOR, TORQUE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six torque motors, specifically the part number DB-9000-B-IESC from MOOG, INC. This solicitation, identified as SPRDL1-25-Q-0126, is a total small business set-aside, emphasizing the inclusion of small businesses in the federal contracting process. The torque motors are critical components in various defense applications, and the procurement underscores the importance of quality assurance, technical compliance, and timely delivery. Proposals must be submitted electronically by July 30, 2025, and interested vendors can contact Alexandra Stone at alexandra.stone@dla.mil or by phone at 586-467-1208 for further information.
    Fort Peck Unwatering Pump Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of unwatering pumps at the Fort Peck Power Plant in Montana. The project involves the removal and disposal of two existing 3000 GPM unwatering pump assemblies and the installation of two new turbine pump assemblies, along with an automatic greasing system and associated components. This initiative is critical for maintaining the operational efficiency and safety of the hydroelectric power facilities, ensuring compliance with engineering standards and environmental regulations. Interested contractors must submit their proposals by June 20, 2025, at 2:00 PM CT, and can direct inquiries to Lynne D. Reed at lynne.d.reed@usace.army.mil or Daniel D. Monahan at daniel.d.monahan@usace.army.mil.
    Sources Sought - 2003 Boston Whaler New Engine Installation and Trailer Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to perform the replacement of two inoperable 2014 Mercury 250 four-stroke engines with new 2024 Mercury four-stroke engines on a 2003 Boston Whaler Model 27, along with necessary repairs to the associated trailer. The project includes extensive tasks such as the removal and disposal of old engines, procurement and installation of new engines, and ensuring compatibility through the replacement of various peripheral equipment, as well as inspecting and repairing the trailer to return it to fully operational condition. This work is critical for maintaining the operational readiness of the vessel and will be conducted at the contractor's facility, with subsequent testing at Lake Mead or another agreed location. Interested contractors should contact Richard Kelly at richard.kelly.32@us.af.mil or Zachary Goit at zachary.goit@us.af.mil for further details, as the performance period is set for thirty days and adherence to industry standards is required.
    MARINE GENERATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is soliciting proposals for the procurement of marine generators, specifically Kohler units, to be delivered to the Puget Sound Naval Shipyard. This procurement is classified as a sole-source acquisition, emphasizing the need for original equipment manufacturer (OEM) replacements, and is set aside for small businesses, particularly those that are service-disabled veteran-owned or women-owned. The contract will be awarded as a firm fixed-price supply contract, with offers due by June 18, 2025, at 10:00 AM, and all interested parties must ensure compliance with cybersecurity requirements and registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.
    BRAND NAME ALZONZA BERANGO, S.L. BOW THRUSTER MOTOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure a brand name bow thruster motor from Alconza Berango, S.L. under a firm fixed-price contract. This procurement is critical as the motor is an essential component of the Propulsion/Machinery Control System, which is vital for ensuring operational safety aboard naval vessels. The contract is expected to be awarded no later than June 2025, with a required delivery date of December 18, 2025, and will be funded by the Fiscal Year 2025 Navy Working Capital Funds. Interested offerors must submit their proposals to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil, ensuring compliance with all specified terms and conditions outlined in the solicitation documents.
    MTU DIESEL ENGINE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of one new or remanufactured Original Equipment Manufacturer (OEM) MTU 10V2000M92 diesel engine, along with a ZF Marine ZF2050 R:1.765:1 Marine Gear, to support naval operations. The procurement includes the assembly of these components using a Vulkan VL3211S-14 torsional coupling, with specific requirements for preservation and packaging to OEM standards for storage up to 36 months. This initiative underscores the importance of maintaining operational readiness and supply chain resilience within the Navy, while also promoting participation from Women-Owned Small Businesses (WOSB). Proposals are due by June 5, 2025, and interested parties should direct inquiries to the primary contact, Daniel Schroeder, at daniel.h.schroeder.civ@us.navy.mil, or the secondary contact, Kelly Burch, at kelly.m.burch2.civ@us.navy.mil.
    43--MOTOR,HYDRAULIC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of hydraulic motors. This contract requires the manufacture of hydraulic motors that meet specific design and quality standards, with a focus on ensuring that all materials are free from mercury contamination, as these components are intended for use on submarines and surface ships. The procurement is critical for maintaining operational readiness and safety in naval operations. Interested contractors must submit their quotes by July 30, 2025, and can direct inquiries to Benjamin Spangler at 717-605-2147 or via email at BENJAMIN.SPANGLER@NAVY.MIL.