414 CTS - Vessel Lease
ID: FA487726QA019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing (532411)

PSC

LEASE OR RENTAL OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (W020)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the lease of vessels to support military training exercises at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement includes the provision of three types of crewed vessels—OPFOR Boat, Extrication Boat, and IP Boat—each with specified operational hours and requirements for seaworthiness, safety equipment, and crew qualifications. This contract is a Total Small Business Set-Aside, with a focus on ensuring compliance with federal regulations and standards, including wage determinations and environmental considerations. Interested vendors must submit their quotes by January 9, 2026, and can direct inquiries to TSgt Cody A. Daraban at cody.daraban@us.af.mil or 520-228-5405.

    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for contractors to provide crewed vessels for military training exercises off the coast of Oceanside or San Diego, CA. The services are divided into three categories: Extrication Vessel, OPFOR Vessel, and IP Vessel, each with specific operational roles and durations from February 16-20. All vessels must be seaworthy, meet detailed specifications for length, propulsion, navigation, and safety equipment, and be capable of operating in various sea states. Crew members must possess valid U.S. Coast Guard Merchant Marine Credentials and First Aid/CPR certification, with demonstrated experience in military or maritime training. The contractor is responsible for providing an on-site contract manager, adhering to strict safety and information security protocols, including the protection of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII), and reporting any security threats. Deliverables include daily situation reports and a final after-action report. The document also details provisions for unexpected delays, government use of the vessel, and restrictions on recording activities and subcontracting.
    The document, FA487726QA015, outlines critical clauses for federal government contracts, particularly for commercial products and services, incorporating both Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) provisions. Key themes include prohibitions on certain telecommunications equipment and services (e.g., from Huawei, ZTE, Kaspersky Lab, ByteDance), safeguarding covered defense information, and supply chain security. It details requirements for contractor representations and certifications, especially regarding small business programs (e.g., veteran-owned, women-owned, HUBZone, disadvantaged businesses). Payment instructions via Wide Area WorkFlow (WAWF) are provided, along with mandates for ethical conduct, whistleblower protections, and restrictions on foreign purchases and labor practices. The document also addresses environmental considerations, such as ozone-depleting substances and sustainable products, and emphasizes compliance with various statutes and executive orders to ensure responsible and secure government procurement.
    The document is a federal wage determination (No. 2015-5635, Revision No. 28, dated 07/08/2025) for San Diego County, California, under the Service Contract Act. It outlines minimum wage rates for various occupations, fringe benefits, and compliance requirements for federal contractors. Key details include applicable minimum wages under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document specifies health and welfare benefits, vacation accrual (2-4 weeks), and eleven paid holidays. It also provides guidance on paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), and uniform allowances. Special instructions are included for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. The conformance process for unlisted job classifications is detailed, requiring contractors to propose rates and obtain approval from the Wage and Hour Division.
    Lifecycle
    Title
    Type
    414 CTS - Vessel Lease
    Currently viewing
    Solicitation
    Similar Opportunities
    Boat, motor and Trailer
    Interior, Department Of The
    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.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    20--BLADDER,BOAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat bladder, specifically NSN 2090016503120. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Diego within 197 days after the order is placed. This procurement is crucial for maintaining operational readiness and support for marine equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repairs at the USCG STA Apra Harbor under solicitation number 70Z04026QSBPL0003. The procurement involves comprehensive dry-docking services for the 45-foot Response Boat-Medium, requiring contractors to provide all necessary labor, materials, and equipment to complete specified work, including welding, inspections, and preservation tasks. This opportunity is particularly significant as it supports the operational readiness of the Coast Guard's fleet, ensuring vessels are maintained to high standards. Proposals are due by January 28, 2026, with an anticipated award date of March 25, 2026; interested vendors should contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil for further details.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show. The contract requires the vendor to set up video screens from March 18-19, operate them during the event from March 20-22, and perform tear-down on March 23, 2026. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant event for the base and the community. Interested small businesses must submit their quotes by January 12, 2026, at 1500 EST, and can reach out to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or by phone at 623-856-2730 for further information. The estimated contract value is up to $40 million, and it is important to note that no awards will be made until funding is available.
    25-DAY DRY CARGO TIME CHARTER
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors for a 25-day dry cargo time charter to transport military cargo, including helicopters and wheeled vehicles, with a total capacity of 110,215 square feet. The procurement requires U.S. and foreign flag, self-sustaining vessels capable of meeting specific operational criteria, including a minimum deck clearance of 7'5" and accommodations for supercargo. This charter is critical for supporting military logistics, with the charter period set to commence on March 27, 2026, and delivery to Gdansk, Poland, followed by redelivery to Beaumont, Texas. Interested parties must submit their vessel details, charter rates, and other required information via email to Tiffany Gallon by 1100 hours ET on January 12, 2025.
    Maguro Storage and Maintenance 2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Academy, is seeking proposals from qualified small businesses for the maintenance and storage of the M/V MAGURO vessel from December 2025 through June 2026. The contract, which is a Total Small Business Set-Aside, requires contractors to provide all necessary tools, materials, and labor for winter and spring maintenance, including tasks such as hauling, pressure washing, winterization, and spring commissioning of systems. This procurement is crucial for ensuring the operational readiness and upkeep of the vessel, which plays a significant role in the Academy's training and operational missions. Interested parties must submit their quotes by January 12, 2026, at 8:00 AM EST, and can contact Contracting Officer Katherine M. Discenza at Katherine.M.Discenza@uscg.mil for further information.