ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

SAFE Boat Refurbishment

DEPT OF DEFENSE FA441725Q0251
Response Deadline
Sep 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide refurbishment services for two 38-foot SAFE Boat Full Cabin vessels at Hurlburt Field, Florida. The project involves the purchase, delivery, and installation of various marine components, including propulsion engines, navigation systems, and communication equipment, to restore the vessels to mission-capable status for coastal operations. This refurbishment is critical for maintaining operational readiness within the coastal fleet, as the boats have been inactive for six years and require comprehensive restoration to meet USCG and ABYC standards. Interested vendors must submit their quotes electronically by September 15, 2025, and are encouraged to direct any questions to the primary contacts, TSgt Guillermo Gonzales and Ashley L. Williams, before the deadline of September 1, 2025.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J019
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS

Solicitation Documents

9 Files
DRAFT - SAFE Boat PWS.pdf
PDF184 KBJul 22, 2025
AI Summary
The Performance Work Statement (PWS) outlines a project to refurbish two 38’ SAFE Boat Full Cabin vessels acquired by the 1 SOSS/OSRM. These vessels, inactive for six years, require comprehensive restoration to become mission-capable. The refurbishment, conducted by a qualified boat manufacturer, is more cost-effective than purchasing new vessels. Key tasks include replacing propulsion systems with Mercury Verado 400 HP engines, upgrading power generation and environmental systems, and enhancing navigation and communication capabilities with Garmin technology. Lighting systems will be upgraded to marine-grade LED, non-skid surfaces will be replaced, and trim tabs tested or replaced if necessary. The contract emphasizes compliance with USCG and ABYC safety standards, with a performance deadline of 180 days for most tasks, followed by a sea trial. The statement outlines deliverables, required contractor expertise in marine refurbishment, and specifies that all work will take place at the contractor’s facility without government-provided materials or equipment. The document stresses the importance of quality control and mandates regular updates on project progress, reflecting a structured approach typical of government RFPs aimed at ensuring accountability and operational readiness within budgetary constraints.
Combo - FA441725Q0251.pdf
PDF140 KBSep 3, 2025
AI Summary
This document is a combined synopsis/solicitation (RFQ #FA441725Q0251) for the refurbishment of two 38’ SAFE Boats, including brand-name Mercury and Garmin products. It is a small business set-aside with NAICS code 336611 and a 1,300-employee size standard. Quotes are due by September 15, 2025, at 3:00 P.M. EST and must be submitted electronically to guillermo.gonzales@us.af.mil and ashley.williams.85@us.af.mil. Questions are due by September 1, 2025, at 1:00 P.M. EST. Evaluation will be based on technical acceptability (including part numbers and technical documentation for compatibility) and price, with award going to the lowest-priced technically acceptable vendor. Vendors must be registered in SAM.gov and provide company details, financial institution information, and estimated delivery time. The government reserves the right to cancel the solicitation or award all, none, or any quantity of the requested CLINs.
Attachment 1 PWS - SAFE Boat 14 Aug 25_Redacted.pdf
PDF209 KBSep 3, 2025
AI Summary
This government Performance Work Statement (PWS) outlines the urgent refurbishment of two 38-foot SAFE Boat Full Cabin vessels for the 1 SOSS/OSRM. Acquired from the Navy and inactive for six years, these 2012 models require comprehensive restoration to achieve full operational status as a cost-effective replacement for the aging coastal fleet. The scope includes replacing propulsion systems with Mercury Verado 400 HP engines, installing new gasoline generators, upgrading environmental controls (AC and heaters), replacing sponsons, and overhauling navigation and communication systems with Garmin components. Additionally, the project involves updating lighting to LED, replacing non-skid surfaces, and testing/replacing trim tabs. All work must comply with USCG and ABYC marine safety standards and will be performed at the contractor's facility. Deliverables, including the sea trial and final acceptance, are due within 180 days of vessel delivery, with specific performance thresholds for each task. The contractor must possess expertise in marine-grade materials, design software, and secure data handling, providing key personnel such as a Contract Manager, Marine Systems Engineer, Hull and Structural Technician, and Electrical Systems Specialist. The government will provide only the vessels; the contractor is responsible for all other materials, equipment, and facilities, along with implementing a comprehensive Quality Control Plan to ensure adherence to industry and government standards.
Attachment 2 Parts List - FA441725Q0251.pdf
PDF101 KBSep 3, 2025
AI Summary
The provided document is a detailed parts list, likely for a federal government Request for Proposal (RFP) or a similar procurement document, outlining specific marine equipment. The list includes high-value items such as six Mercury Verado 400 HP Outboard Engines, along with various Garmin navigation and communication systems, including GPSMAP 8612 Multi-Function Displays (both standard and xsv with sonar), GMR Fantom 24x Dome Radars, and VHF Radios (AIS-capable and non-AIS). Also specified are Mercury Vessel View Engine Management Systems, a Westerbeke 7.5 MCGA Gasoline-Powered Marine Generator, SAFE Boats Sponsons, and an ACR RCL 100 LED Searchlight. The inclusion of part numbers, quantities, and descriptions, often with a “brand name or equal” clause, indicates a precise requirement for components to be supplied for a marine vessel or fleet. This comprehensive list serves as a critical component of a solicitation, detailing the exact specifications and quantities of equipment required from potential vendors.
Attachment 3 SCA WD - 15-4531.txt
Text48 KBSep 3, 2025
AI Summary
This document, Wage Determination No. 2015-4531, outlines the minimum wage rates and fringe benefits for service contract employees in Okaloosa County, Florida, under the Service Contract Act. It details different hourly wage requirements based on contract award dates, referencing Executive Orders 14026 and 13658, and specifies annual adjustments. The document lists various occupations with their corresponding hourly rates, noting those potentially eligible for higher minimum wages. It also details fringe benefits, including health & welfare, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowance policies are also explained. The conformance process for unlisted job classifications and wage rates is detailed, emphasizing the use of the “Service Contract Act Directory of Occupations” for proper classification.
Attachment 4 Limited_Sources - FA441725A0251.pdf
PDF1395 KBSep 3, 2025
AI Summary
The document serves as a placeholder message indicating that the intended content, likely a government file related to RFPs, federal grants, or state/local RFPs, could not be displayed. It advises the user that their PDF viewer may not support the document type and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for seeking further assistance. The document includes trademark information for Windows, Mac, and Linux. This message is critical for users encountering display issues, ensuring they can access important government procurement or grant-related documents.
Attachment 5 Clauses - FA441725Q0251.pdf
PDF1205 KBSep 3, 2025
AI Summary
This government file outlines the requirements and procedures for electronic submission of payment requests and receiving reports to the Wide Area Workflow (WAWF) system, as mandated by the Defense Federal Acquisition Regulation Supplement (DFARS). It defines key terms such as 'Defense Activity Address Code (DoDAAC),' 'Document type,' and 'Local processing office (LPO).' The document specifies that contractors must electronically process vendor payment requests and receiving reports through WAWF, as authorized by DFARS clauses. Contractors are required to designate an electronic business point of contact, register to use WAWF, and complete necessary training. The file details various methods for document submission (Web entry, Electronic Data Interchange, or File Transfer Protocol) and provides specific document types for different payment scenarios, including cost-type, fixed-price, services, performance-based, and commercial financing. It also incorporates numerous Federal Acquisition Regulation (FAR) and DFARS clauses related to contract terms, conditions, and compliance, covering aspects like prohibitions on certain internal confidentiality agreements, contracting for specific hardware/software/services, inverted domestic corporations, and prohibitions against business operations with the Maduro Regime. The document emphasizes compliance with various regulations, including those concerning safeguarding covered defense information, cyber incident reporting, and government property management.
Attachment 6 - Q and A - FA441725Q0251.pdf
PDF340 KBSep 3, 2025
AI Summary
The Department of the Air Force's 1st Special Operations Wing at Hurlburt Field, Florida, has released a Question and Answer document for Solicitation FA441725Q0251, regarding SAFE Boat Refurbishment. This is a total small business set-aside contract, meaning only eligible small businesses or those in approved SBA Mentor-Protégé joint ventures can bid. It is a new contract, not a renewal. Key details provided include HIN numbers for the two vessels (EGO01787L212 and EGO01791E313), confirmation that the boats are on trailers for pickup and redelivery, and the exact model as a SAFE 38 Full Cabin. The existing light bar loudspeaker system is a Whelen Edge. Joystick controls are optional but not required for evaluation, which will be based on the Lowest Price Technically Acceptable. Engine shaft lengths were specified as XL for starboard, XXL for center, and CXL for port. Engine and navigation system parts are brand name only.
Amendment 1 - FA441725Q0251.pdf
PDF151 KBSep 3, 2025
AI Summary
This is a combined synopsis/solicitation (RFQ #FA441725Q0251) for the refurbishment of two 38' SAFE Boats, including brand-name Mercury and Garmin products, in accordance with an attached Performance Work Statement and Parts List. This is a Small Business set-aside with NAICS code 336611 and a 1,300-employee size standard. Quotes are due by September 15, 2025, at 3:00 P.M. EST, and must be submitted electronically to guillermo.gonzales@us.af.mil and ashley.williams.85@us.af.mil. Questions are due by September 1, 2025, at 1:00 P.M. EST. Award will be made to the lowest-priced, technically acceptable vendor, with technical acceptability requiring a list of part numbers and technical documentation for compatibility. Vendors must be registered in SAM.gov and provide financial institution information to assess responsibility.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 22, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineSep 15, 2025
expiryArchive DateSep 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4417 1 SOCONS

Point of Contact

Name
TSgt Guillermo Gonzales

Place of Performance

Hurlburt Field, Florida, UNITED STATES

Official Sources