DWA Outboard Motors
ID: W912EF25Q0012Type: Sources Sought
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

SHIP AND BOAT PROPULSION COMPONENTS (2010)

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
    Presolicitation
    DWA Outboard Motors
    Currently viewing
    Sources Sought
    Similar Opportunities
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    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.
    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.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station” under Solicitation No. W912PM26QA009. The contractor must furnish all labor, materials, and services to deliver a marine-grade winch capable of hoisting 18” x 60’ steel spuds, powered by a Tier 4 compliant diesel engine, within 15 days of contract award. This procurement is critical for enhancing operational capabilities and ensuring compliance with safety and transportation regulations. Interested parties must submit their quotes and technical proposals electronically by December 18, 2025, at 2:00 PM EDT, with questions due by December 11, 2025, at 4:00 PM EDT. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    61--MOTOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of two electrical motors under solicitation number N00104-25-R-BZ14. The procurement involves the production of motors with National Stock Number (NSN) 7HH 6105 01-649-2592 X3, and the required delivery timeframe is 600 days post-contract award. These motors are critical components for various defense applications, emphasizing the importance of reliability and adherence to technical specifications. Interested suppliers must submit their proposals, including a completed and signed Request for Proposal (RFP), to the primary contact, Thomas M. Falcone, via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL or by phone at (564) 230-2219, ensuring compliance with all solicitation requirements by the specified deadline.
    61--MOTOR,DIRECT CURREN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 30 units of the Direct Current Motor (NSN 6105012461658). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the Motor and Generator Manufacturing industry (NAICS Code 335312). The motors are critical components for various military applications, emphasizing the importance of reliable power distribution equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quotes is set for 378 days after the award date.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.