Patrol Boat Repowering
ID: H9224025Q0016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, 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
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for the repowering of patrol boats under solicitation number H9224025Q0016. The project involves removing existing outboard motors and installing 12 Yamaha 150 hp engines across six boats, with all work to be completed within 30 business days following component delivery. This procurement is set aside for small businesses, emphasizing the government's commitment to engaging eligible vendors while adhering to stringent federal regulations, including compliance with cybersecurity measures and labor standards. Proposals are due by 10:00 AM on April 10, 2025, and interested contractors should contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information.

Point(s) of Contact
Kelly L. McNeill
kelly.mcneill@socom.mil
Files
Title
Posted
Apr 1, 2025, 3:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for repowering six Patrol Boat Lights (PBLs) for the Naval Special Warfare Command Group FOUR. The contractor is responsible for removing existing E-tec outboard engines and installing Yamaha 150 hp outboards, including necessary hardware and controls, to restore operational capability. Key tasks include the installation of dual engine binnacle controls, wire harnesses, gauge kits, and propellers. Compliance with hazardous material regulations is required, along with inspections by the government to ensure satisfactory work performance. The contractor must report labor hours and maintain a Quality Control Plan to monitor and correct any service deficiencies. The entire project should be completed within 30 business days from the delivery of all necessary components, with inspections conducted at the contractor's facility. This document is part of a government Request for Proposal, aimed at ensuring a clear understanding of the project's scope, responsibilities, and performance standards.
Apr 7, 2025, 7:05 PM UTC
The Naval Special Warfare Command - Group FOUR is issuing a Performance Work Statement (PWS) for the repowering of Patrol Boat Lights (PBLs). The contractor is tasked with removing existing outboard engines from six patrol boats and installing twelve Yamaha 150 hp outboards, along with necessary hardware and gauges, to restore operational capabilities. Key requirements include the removal of current engines, installation of the Yamaha motors, and ensuring all systems are functional, backed by warranty documentation. Contractors must comply with regulations concerning hazardous material handling and disposal and are responsible for environmental safety during operations. Quality Control and Assurance measures are stipulated, including inspection requirements from the government. The repairs will be conducted at the contractor’s facility within 50 miles of Stennis, MS, with a completion timeframe of 30 business days from the delivery of parts. Additionally, contractors must report labor hours via a secure site to ensure transparency and accountability. This initiative reflects the government’s commitment to maintaining the operational readiness of its maritime assets while adhering to quality and safety standards.
Apr 9, 2025, 5:09 PM UTC
The Performance Work Statement (PWS) for the Naval Special Warfare Command - Group FOUR outlines the requirements for repowering Patrol Boat Lights (PBLs). The contractor is responsible for removing the existing outboard motors and installing 12 Yamaha 150 hp engines across six boats. Key tasks include the removal of current E-tec motors, installation of Yamaha engines with necessary hardware, and ensuring all operations meet safety and environmental regulations regarding hazardous materials. The government mandates that all repairs occur within 65 miles of Stennis, MS, and the work should be completed within 30 business days following the delivery of components. The contractor must report labor hours annually and implement a Quality Control Plan to ensure compliance with contract specifications. The document emphasizes the government's right to perform inspections and manage discrepancies in contractor performance. Overall, this PWS ensures the PBLs are operationally ready by detailing the contractor's obligations, compliance with safety standards, and performance expectations.
Apr 9, 2025, 5:09 PM UTC
The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage and fringe benefits for various occupations in Mississippi. It establishes guidelines for federal contracts, noting that contracts initiated or extended after January 30, 2022, must adhere to minimum wage requirements of at least $17.75 per hour as stipulated in Executive Order 14026, or $13.30 under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. It lists specific wage rates for various job titles across multiple occupational groups, highlighting that certain positions may receive higher compensation, and notes that workers may be entitled to paid sick leave and fringe benefits. Employees in covered positions are guaranteed health and welfare benefits, paid vacation, and holidays. The purpose of the document is to ensure compliance with federal wage laws and to protect the rights of workers employed by federal contractors, thus maintaining fair labor standards while fulfilling federal contract requirements.
Apr 9, 2025, 5:09 PM UTC
This document is an amendment to a government solicitation, specifically extending the deadline and revising the Performance Work Statement (PWS) for the contract identified as H9224025Q0016. The new deadline for receiving offers has shifted from April 3, 2025, to April 10, 2025, at 10:00 AM. The amendment outlines the requirements for contractors to acknowledge receipt of this amendment, emphasizing the importance of submitting a response prior to the specified deadline to avoid rejection of their offers. The document is issued by the Naval Special Warfare Command located in San Diego, California. Additionally, modifications include updates to attachments related to the PWS and Department of Labor wage determinations, which are pertinent to contracting procedures. This amendment reflects standard practices in federal Requests for Proposals (RFPs) to ensure clarity and compliance in the procurement process.
Apr 9, 2025, 5:09 PM UTC
The document pertains to an amendment of a solicitation and modification of a federal contract, specifically for the Naval Special Warfare Command. The primary purpose is to officially incorporate a revised Performance Work Statement (PWS) as part of the solicitation revisions. The amendment extends the response period for the solicitation and outlines the procedures for contractors to acknowledge receipt of the amendment to avoid rejection of their offers. The modifications include updated attachments that provide further specification and labor details as mandated by federal contracting regulations. Key roles in the process are highlighted, such as the contracting officer's responsibilities and the need for contractor compliance with acknowledgment procedures. The document emphasizes the importance of the changes while maintaining that all other terms and conditions of the original solicitation remain unchanged. Overall, this summary reflects standard federal contracting practices, ensuring clarity and compliance throughout the procurement process.
Apr 9, 2025, 5:09 PM UTC
The document outlines a solicitation for the repowering of patrol boats under solicitation number H9224025Q0016, issued by the Naval Special Warfare Command. Proposals are due by 10:00 AM on April 3, 2025, with potential contractors required to be registered in the System for Award Management (SAM). The service is classified as set aside for small businesses and includes various compliance clauses, such as submissions of technical proposals, pricing details, and representations regarding the use of covered telecommunications equipment. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, assessing both technical capability and pricing. Specific requirements include detailed narrative responses to demonstrate the offeror's understanding of the project, and compliance with federal regulations, including cybersecurity measures and constraints on telecommunications equipment. Overall, the solicitation emphasizes the government's commitment to contracting with eligible small business vendors while maintaining stringent regulatory requirements in defense acquisitions.
Apr 9, 2025, 5:09 PM UTC
The RFQ H92240-25-Q-0016 pertains to the repowering of patrol boats, with a specific focus on the responsibilities of the government and the vendor. The document addresses a query regarding the provision of items specified in the Performance Work Statement (PWS) sections 3.3 to 3.8. The response clarifies that the government will supply only engines and propellers, while all other components and associated tasks will fall under the vendor's obligations. This sets the stage for vendor accountability in the project, ensuring clarity in the delineation of responsibilities. The RFQ emphasizes efficient collaboration between the government and contractors, as well as the need for vendors to be fully aware of the scope of their responsibilities in the patrol boat repowering project.
Apr 9, 2025, 5:09 PM UTC
The RFQ H92240-25-Q-0016 outlines the repowering of patrol boats and includes a Q&A section addressing contractor inquiries. Notably, the government will accept the return of the 12 removed outboard E-tec motors, alleviating disposal responsibilities from the contractor. Payment for the project will occur only after the completion of work on all boats, ensuring a streamlined invoicing process. Inspections, testing, and acceptance of the boats will be conducted at the contractor's facility, rather than upon delivery, which emphasizes the government's direct oversight of quality control. The request for pictures of the crafts was denied, reinforcing confidentiality or proprietary considerations regarding the vessels. Overall, this document serves to clarify various logistical and procedural aspects of the patrol boat repowering project under federal bidding, facilitating a clearer understanding for potential contractors.
Lifecycle
Title
Type
Solicitation
Patrol Boat Repowering
Currently viewing
Presolicitation
Similar Opportunities
UCI SEDIMENT BOAT ENGINE REPLACEMENT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotations from qualified small businesses for the replacement of the engine on the UCI Sediment boat. The project aims to replace the current underpowered Yamaha 200 HP jet engine with a more robust 250 HP propeller engine, which includes necessary installations for hydraulic steering and modern gauges to enhance operational safety and performance. This procurement is critical for ensuring the boat's functionality in sediment operations, and the contract period is estimated from May 20, 2025, to August 31, 2025. Interested vendors must submit their quotations, along with required documentation, by April 30, 2025, and direct any inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 23, 2025.
DWA Outboard Motors
Buyer not available
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 provide essential electrical motors for military applications, emphasizing compliance with regulatory standards and performance metrics. This procurement is critical for enhancing operational capabilities and ensuring the reliability of equipment used by the Army. Interested contractors must submit their proposals by April 22, 2025, and are required to sign Amendment 1 upon submission. For further inquiries, potential bidders can contact Tonya French at tonya.c.french@usace.army.mil or by phone at 509-527-7232.
Repair of QTY 1 EA, SSBN 726 Class Propeller
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of one SSBN 726 Class Propeller, identified by NSN 2S 2010-01-003-6313 P2. Contractors are required to submit a firm-fixed-price proposal in accordance with the provided Technical Data Package and Repair Statement of Work, with a focus on compliance with quality assurance standards and timely reporting of progress. This procurement is critical for maintaining the operational readiness of military assets, emphasizing the importance of adherence to military specifications and documentation requirements. Interested parties should direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL, with proposals due as specified in the solicitation documents.
29--Mercury V8 Sea-Pro 300hp Engines
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure MERCURY V8 SEAPRO ENGINES. These engines are typically used for marine applications and will support Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The procurement requires FOB Destination pricing and will be solicited from Mercury Marine (Manufacturer) and authorized distributors. The solicitation will be posted on 06/14/2019 with a due response date of 07/02/2019. Interested parties should contact Julio Hernandez, the Purchasing Agent, for more information.
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
Mercury Outboard Motors
Buyer not available
The DEPT OF DEFENSE, DEPT OF THE NAVY, NSWC CARDEROCK has issued a Combined Synopsis/Solicitation notice for the procurement of Mercury Outboard Motors. These motors are typically used for Acoustic Research Detachment (ARD) Bayview, Idaho boats. The notice provides detailed specifications in the attached Combined Synopsis and Solicitation document (N0016724Q0158 CSS).
28--SEAL,BALANCE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of SEAL, BALANCE components through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 325 days, with specific guidelines for inspection, testing, and quality assurance to ensure compliance with military standards. This contract is crucial for maintaining operational readiness and functionality of naval equipment, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes by April 25, 2025, and can direct inquiries to MaCayla Welsh at macayla.n.welsh.civ@us.navy.mil or by phone at 717-605-2338.
61--MOTOR,DIRECT CURREN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of direct current motors, identified by NSN 7H-6105-013162091. The procurement involves a quantity of 97 units to be delivered to the DLA Distribution facility in New Cumberland, PA, and is set aside for small businesses under the SBA guidelines. These motors are critical components in various defense applications, emphasizing the importance of reliable supply and maintenance. Interested parties should contact Heather A. Vanhoy at (717) 605-3528 or via email at HEATHER.VANHOY@NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement focuses on the design, construction, and delivery of a vessel capable of performing multi-mission tasks, including Search and Rescue (SAR), law enforcement, and environmental protection, while ensuring compliance with stringent operational and safety specifications. This initiative is critical for maintaining the Coast Guard's readiness and effectiveness in high-risk maritime environments, with an estimated total evaluated price of $1,660,000 over a seven-year period. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.
16--PROPELLER, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of aircraft propellers, identified by NSN 7R-1610-008871944-BP. The procurement involves a quantity of four units, with strict requirements for engineering source approval to ensure the quality and safety of the flight-critical components. This opportunity is classified as a sole source requirement, meaning that only previously approved sources may submit proposals, and interested parties must provide comprehensive documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Katlyn M. Galetto at (215) 697-6549 or via email at Katlyn.Galetto@navy.mil, with proposals due within 45 days of the notice publication.