45 SFS Boat Motor & Rigging
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 45 CONS PK, is conducting market research via a Sources Sought notice for the procurement and installation of a new 250 horsepower (HP) outboard engine and associated rigging for a 2019 23' Lake Assault Aluminum Patrol boat. This requirement is being considered under a small business set-aside program. Responses are due by February 25, 2026, 4:00 PM EST.
Purpose & Scope
The objective is to identify qualified sources capable of providing a complete, turnkey engine replacement. This includes procuring one new 250 HP outboard engine with a 25-inch shaft, all associated rigging components/electrical, and the labor to de-rig the old engine and install the new one on a government-provided vessel. All parts and components must be new.
Key Requirements & Deliverables
- Engine: New, 250 HP, 25-inch shaft, Four-Stroke, current model year outboard engine from a reputable manufacturer.
- Rigging: New digital throttle and shift (DTS) or equivalent electronic controls, control box, key switch, main wiring harness, and necessary cabling.
- Instrumentation: New multi-function digital gauge(s) compatible with the engine.
- Propeller: New stainless-steel propeller, sized for optimal performance.
- System Integration: Integration with the vessel's existing hydraulic steering system and connection to the existing fuel tank, including a new fuel/water separator filter.
- Labor: Professional removal and disposal of the existing outboard engine, controls, and rigging; transom preparation (inspection, cleaning, sealing, drilling); and installation of the new engine using stainless-steel hardware.
- Testing: Comprehensive operational tests, including flush hose and on-water tests.
Contractor Requirements & Place of Performance
- Qualifications: Bidders must be authorized dealers and certified service centers for the proposed engine brand, with factory-certified technicians. Proof of certifications is required prior to award.
- Documentation: Provide owner's manual, engine documentation, and original invoice upon completion.
- Warranty: Full manufacturer's warranty on engine/parts, plus a minimum one-year warranty on installation labor.
- Timeline: Work to be completed within 90 days from vessel delivery to the contractor's facility.
- Location: Work to be performed at an approved and certified service facility. The government will coordinate vessel drop-off (if within 120 miles); otherwise, the vendor handles pick-up/delivery.
Contract Details & Submission
- Opportunity Type: Sources Sought / Market Research (FA252126QB033)
- NAICS Code: 335312 (Electrical Industrial Apparatus Manufacturing) with a size standard of 1,250 employees.
- Set-Aside: This requirement is being considered under a small business set-aside program.
- Submission: Interested parties must submit a capabilities package (not exceeding 5 pages) outlining their ability to provide the required services. This package should include DUNS, CAGE Code, SAM expiration, GSA contract number (if applicable), related specifications/drawings, three past references, and subcontracting details. Respondents must state if they are a supplier or manufacturer and be registered in SAM.
- Response Due: February 25, 2026, by 4:00 PM EST.
- Submission Email: cynthia.whittaker@spaceforce.mil and damien.charley@spaceforce.mil, referencing FA252126QB033 Sources Sought.
Important Notes
This notice is for information and planning purposes only and does not constitute a commitment by the Government. Responses are not considered offers and cannot be accepted to form a binding contract. No solicitation exists at this time.