Boat, motor and Trailer
ID: 140G0126Q0026Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide a boat, motor, and trailer for its Columbia Data Center in South Carolina. The procurement requires a vessel with specific features, including a minimum length of 19' 5", an 18° V-hull, hydraulic steering, and a 115 hp four-stroke outboard motor, along with an aluminum single-axle trailer designed for the specified boat size. This equipment is essential for the USGS's water science operations, and the contract is set aside for small businesses under NAICS code 336612, with an anticipated award date of January 18, 2026. Interested vendors must submit their quotations electronically to Mindie Dixon at mdixon@usgs.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the instructions for submitting offers in response to a government solicitation, specifically an addendum to FAR 52.212-1. Offerors must submit one electronic copy by the specified due date and time to mdixon@usgs.gov. The submission requires a structured format with four tabs: Tab A for the Offer Form (SF1449) with original signature, contract administration data, UEI, and amendment acknowledgements; Tab B for Pricing, detailing unit prices and total amounts on the SF 1449 for each Contract Line-Item Number; Tab C for completed FAR 52.212-3 and 52.204-24 forms if not updated in SAM.gov; and Tab D for Evaluation Factor Responses. Factor 1, Technical Capability, is limited to 3 pages and requires technical documentation identifying the product by brand name, manufacturer, and model number, demonstrating compliance with salient characteristics, and providing relevant documentation if the offeror is an authorized distributor/reseller.
    This government solicitation, Standard Form 1449, outlines the terms and conditions for acquiring commercial products and services, specifically targeting Women-Owned Small Businesses (WOSB). Key details include provisions for a boat and motor, and a boat trailer for the USGS South Carolina Water Science Center. The document specifies general instructions for offerors, contract clauses, and solicitation provisions, emphasizing compliance with federal acquisition regulations (FAR) and various executive orders. It details requirements for System for Award Management (SAM) registration, electronic invoicing via the Invoice Processing Platform (IPP), and outlines responsibilities regarding supply chain security and various socio-economic programs. The solicitation highlights the importance of timely invoice submission and the government's right to deobligate unexpended funds.
    The document outlines detailed specifications for a new vessel, including a boat, motor, and trailer, likely for a government procurement or grant in Columbia, SC. The boat specifications require a minimum length of 19' 5", an 18° V-hull, hydraulic steering, a 16-gallon fuel tank, and a center console. The motor must be a 115 hp four-stroke outboard. The trailer must be an aluminum single-axle type with a 20–21 ft boat length rating, a 2,000–2,500 lbs load capacity, and include LED lights, a swing tongue, and a spare tire.
    Lifecycle
    Title
    Type
    Similar Opportunities
    28--OUTBOARD MOTOR REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking proposals for the replacement of outboard motors under solicitation number 140G0326Q0013. This procurement is a total small business set-aside, focusing on the acquisition of a new 200HP, 4-stroke outboard jet motor for a custom Wooldridge 'Sport' boat, which is essential for various field operations. Offerors must submit a firm-fixed-price quote along with technical qualifications, past performance references, and other required documentation by January 12, 2026, at 1500 PST, with questions due by January 7, 2026. Interested parties should direct inquiries to Yangzhi Deng at yangzhideng@usgs.gov or call 916-278-9326.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    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.
    USCGC GASCONADE FY26 Drydock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the FY26 Drydock Availability of the Coast Guard Cutter (CGC) GASCONADE, a 75' inland buoy tender currently stationed in St. Louis, Missouri. The procurement involves comprehensive maintenance work, including the removal, inspection, and reinstallation of steering and flanking rudders, propulsion shafting, propellers, keel coolers, and an underwater body inspection of the hull. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and navigation. Interested parties can reach out to Tobi Provenzano at Tobi.E.Provenzano@uscg.mil or call 206-831-3056 for further details regarding this opportunity.
    58--ACOUSTIC EQUIPMENT - BRAND NAME OR EQUAL
    Interior, Department Of The
    The U.S. Geological Survey (USGS), Columbia River Research Laboratory, is seeking quotations for acoustic equipment, specifically Acoustic Receivers, Acoustic Transmitters, and Activation Probes, either brand name or equal to Innovasea products. The procurement includes 70 acoustic transmitters, 8 acoustic receivers, and 4 activation probes, all of which must meet detailed technical specifications regarding performance, environmental compliance, and warranty requirements. This equipment is crucial for advanced acoustic monitoring in aquatic research, enhancing the USGS's capabilities in environmental studies. Interested vendors must submit their firm, fixed-price quotes and required documentation by January 8, 2026, with delivery expected by February 27, 2026, to Cook, WA. For inquiries, contact Joahnne Ongjoco at jongjoco@usgs.gov or call 916-278-9328.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The National Park Service (NPS) 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 hybrid diesel-electric passenger and cargo vessel designed to replace the existing M/V Ranger III, with specific requirements including compliance with US Coast Guard and American Bureau of Shipping regulations, a capacity for 150 passengers, and a 50-year service life. The Ranger IV will play a crucial role in transporting visitors and cargo across Lake Superior, supporting park operations from mid-April to mid-October. Interested contractors must submit their proposals by January 20, 2026, and acknowledge all amendments to the solicitation, with further inquiries directed to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for thirty-seven (37) 34-ton break-bulk trailers on behalf of the Department of Navy, under a total small business set-aside solicitation. The trailers are essential for transporting various shipping containers and breakbulk cargo, adhering to military and industry standards, and must feature specific capabilities such as air ride suspension and compatibility with government-owned tractors. Interested vendors must submit their quotes by January 14, 2026, at 12 PM EST, to the primary contact, John E. (Ed) Hodges, via email at john.hodges@gsa.gov. Additional details, including technical specifications and evaluation criteria, are outlined in the attached documents.