628th SFS Harbor Patrol Unit Boat Engines Purchase
ID: A046059Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)

Set Aside

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

    The Department of Defense, through the 628th Security Forces Squadron, is seeking to procure eight specific outboard boat engines to support the operational readiness of its Harbor Patrol Unit at Joint Base Charleston in Goose Creek, South Carolina. The requirement includes three Yamaha LF300UCB engines, three Yamaha F300UCB engines, one Honda BF150DXRA engine, and one Honda BF150DXCRA engine, all of which must be compatible with existing vessels and maintenance procedures. This procurement is critical for maintaining the fleet's operational consistency, as the replacement of patrol boats is not anticipated in the near future. Interested vendors should note that the total estimated contract cost is $170,859, with a submission deadline for quotes set for June 9, 2025. For further inquiries, potential bidders can contact Matthew Michel at matthew.michel@us.af.mil or Leo Lachapelle at leo.lachapelle.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a solicited acquisition for eight boat engines and harnesses for the 628th Security Forces Squadron at Joint Base Charleston, SC. The amendment, issued on March 19, 2025, updates evaluation criteria, extends the quote deadline to March 26, 2025, and revises relevant clauses. The request is a small business set-aside, referenced under RFQ A046059, adhering to the Federal Acquisition Regulation (FAR). Key items include specific Honda and Yamaha outboard engines, with a total cost structure provided. Vendors must submit quotes to designated email addresses while ensuring compliance with various FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, particularly regarding technical acceptability and delivery timelines. The government intends to evaluate offers using the Lowest Price Technically Acceptable method, potentially awarding contracts on a line-item basis. All vendors must register in the System for Award Management to be eligible for award. This document reflects typical government procurement processes, emphasizing adherence to regulatory standards, small business participation, and competitive pricing to meet operational needs.
    The combined synopsis/solicitation for the FY25 acquisition of eight boat engines and associated components for the 628th SFS at Joint Base Charleston, SC, outlines specific requirements for commercial products. The document includes several amendments, which extend the due date for quotations to May 14, 2025, and revise evaluations based on updated provisions. The contract is set aside for small businesses under NAICS code 333618. Key components include different Honda and Yamaha outboard engines, propellers, and harnesses, with precise specifications related to compatibility and color uniformity. Vendors are instructed to provide pricing for all items listed under distinct CLINs (Contract Line Item Numbers) and note the importance of technical acceptability based on item descriptions. The evaluation will consider price and delivery lead time, and a best-value trade-off approach will be used to determine awards. The solicitation emphasizes compliance with federal regulations and stipulates that all vendors must register in the System for Award Management. Communication and submission of quotations are strictly directed to designated email addresses, with clear instructions on the required information for quotes. The overall purpose is to secure reliable, high-quality marine engines to support the operational capabilities of the unit.
    The Combined Synopsis/Solicitation document outlines a request for quotations (RFQ) for the procurement of eight new boat engines and associated components for the 628th Security Forces Squadron at Joint Base Charleston, South Carolina. The RFQ is geared towards small businesses, specifying a North American Industry Classification System (NAICS) code of 333618. The solicitation includes a detailed bid schedule for specific Honda and Yamaha engines, propellers, and harnesses, with options for vendors to quote either or both product categories. The deadlines for submitting quotations have been extended across three amendments, with the final due date set for May 16, 2025. Evaluation of the submitted quotes will focus on technical acceptability and best value, considering price and delivery timeline. Vendors must register in the System for Award Management (SAM) and provide necessary business information with their quotes. The document includes numerous Federal Acquisition Regulation (FAR) provisions and clauses pertinent to the acquisition, emphasizing compliance with legal and procurement standards. Overall, this solicitation aims to secure essential marine equipment through a transparent procurement process.
    The document is a combined synopsis/solicitation issued by Joint Base Charleston for the acquisition of eight pairs of boat engines and associated components, specifically Honda and Yamaha outboard motors, as part of federal contracting procedures. The solicitation outlines a series of amendments that revise item descriptions, extend quotation deadlines, and clarify evaluation criteria for potential vendors, all aimed at simplifying procurement processes while ensuring compliance with federal regulations. Key components include specifications for outboard motors, such as horsepower, shaft length, and color requirements, alongside provisions for propellers and harnesses. Vendors are required to submit comprehensive quotes for all items within designated categories, with the government looking for the best value based on price and delivery timelines. The submission deadline for financial quotes is set for June 9, 2025, and potential vendors must ensure compliance with all regulatory and qualification requirements as stipulated in the Federal Acquisition Regulations (FAR). This document exemplifies the structured approach of government RFPs, emphasizing transparent communication, vendor eligibility, and the importance of specificity in equipment requirements to facilitate effective procurement processes within federal frameworks.
    The document outlines a Single Source Justification for the acquisition of boat engines by the 628th Security Forces Squadron Harbor Patrol Unit. It specifies the need for eight engines from Honda and Yamaha to maintain operational readiness and ensure compatibility with existing vessels, citing a total estimated contract cost of $170,859. The justification emphasizes that alternative brands would disrupt performance and standardization. A search for potential competitors indicated several small businesses capable of meeting the requirement, supporting the likelihood of awarding to a small business, yet the unique specifications necessitate brand name sourcing. The document concludes with a determination from the contracting officer confirming that only a single source is reasonably available under the Federal Acquisition Regulation. This initiative underscores the importance of maintaining operational consistency for coast patrol activities, aiming to keep the fleet maintained as the replacement of patrol boats is not anticipated in the near future.
    The 628th Security Forces Squadron at Joint Base Charleston, SC, is soliciting quotations for eight pairs of outboard boat engines as part of a small business set-aside acquisition. The RFQ number is A046059, and responses are due by September 14, 2025, at 4:00 PM EST. Vendors must provide detailed company information, including size standards under NAICS code 333618 and delivery timelines, as well as adhere to specific regulations outlined in the FAR provisions and clauses. The document outlines four specific engine types: Honda and Yamaha outboards, detailing quantities required for each model. The procurement aims for the lowest-priced technically acceptable quotations, focusing on compliance with salience characteristics and timely delivery. The government demands registered vendors in the System for Award Management to be eligible for contract awards, and expects adherence to various FAR clauses concerning labor and business operations. Lastly, an appointed ombudsman is available to address vendor concerns about the acquisition process. Communication must be directed through specified channels to ensure compliance. The solicitation emphasizes careful adherence to outlined requirements and constraints to ensure responsive bids.
    The 628th Contracting Squadron is seeking quotations for the procurement of eight boat engines for the Harbor Patrol Unit, as part of a federal solicitation designated as a Small Business opportunity under NAICS code 333618. The request includes four types of engines with specified quantities and part numbers: one Honda 150hp left-hand outboard, one Honda 150hp right-hand outboard, and three each of Yamaha 300hp right and left-hand outboards. Interested vendors are required to submit their offers by 16:00 EST on March 14, 2025. The document includes essential details such as contact information for submission, unit pricing, and vendor identification fields. The overall purpose is to source quality marine equipment while supporting small businesses in federal contracting. This solicitation reflects the government’s procurement process aimed at enhancing operational capabilities within military units.
    The document details the specifications and requirements for procuring engine sets designated for use in Harbor Patrol Boats. The primary focus is on two types of engines: Honda engines model BF150, each with 150 horsepower, and Yamaha engines model F300, each with 300 horsepower. Key specifications include a minimum of 3 years warranty for each engine set, compatibility with 12v electrical systems, and specific propeller requirements. Delivery is specified to Building 907, 2316 Redbank Road, Goose Creek, South Carolina. Each offeror must also provide warranty registration details at the time of delivery. The document underscores the need for compliance with technical requirements and warranty stipulations, reflecting typical standards found in government Requests for Proposals (RFPs). Overall, it aims to ensure the procurement aligns with operational requirements for public safety and efficiency in marine law enforcement activities.
    The document outlines the Statement of Work for the Joint Base Charleston Harbor Patrol Unit, which requires the procurement of eight marine engines for patrolling federally restricted waterways. The needed engines include three Yamaha F300UCB, three Yamaha LF300UCB, one Honda BF150DXRA, and one Honda BF150DXCRA, compatible with existing vessels to ensure operational readiness and facilitate maintenance. Technical specifications are detailed, emphasizing power, compatibility with 12v systems, and color requirements. The warranty for all engines must be at least three years, with registration to be completed upon delivery. Delivery of the engines is mandated to a specific location in Goose Creek, South Carolina. This procurement emphasizes maintaining the integrity of exclusion zones and coordinating with marine law enforcement agencies in high-profile events, reinforcing the importance of security operations at military installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.
    CYLINDER- HEAD, DIESEL ENGINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of diesel engine components, including 16 cylinder heads and 2 parts kits, from Caterpillar Defense. This unrestricted Request for Quote (RFQ) 70Z08526Q30007B00 requires vendors to provide brand-name items, with no substitutions permitted without prior approval from USCG technical experts. The components are critical for maintaining the operational readiness of Coast Guard vessels, and the selected vendor must ensure delivery by January 8, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors must be registered in SAM.gov and include shipping costs to Baltimore, MD, with payments processed through IPP.gov on a NET 30 basis. For further inquiries, contact Gina Baran at gina.m.baran@uscg.mil or call 571-610-0488.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    TANK EXPANSION and PUMP,FUEL,METERING AND DISTR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of tank expansion and fuel metering and distribution pumps, primarily from Cummins Inc. The requirement includes 20 units of tank expansion components and 10 fuel metering and distribution pumps, both of which must be individually packaged according to strict military standards to prevent damage during transport. These components are critical for the operation of the Coast Guard's 154' Fast Response Cutters, ensuring reliable fuel management and operational readiness. Interested vendors must submit their quotations by December 16, 2025, at 9:00 AM EST, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil. All bidders must be registered in the System for Award Management (SAM) and provide their Tax Information Number (TIN) with their offers.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.