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, specifically 45 CONS PK at Patrick Air Force Base, FL, has issued a Solicitation (RFQ FA252126QB033) for the procurement and installation of a new 250 horsepower (HP) outboard engine on a government-provided 2019 23' Lake Assault Aluminum Patrol boat. This requirement is a Total Small Business Set-Aside. Quotes are due by May 5, 2026, at 3:00 PM EST.
Scope of Work
This opportunity requires a complete, turnkey engine replacement. The contractor will procure and install one new 250 HP, 25-inch shaft, four-stroke, current model year outboard engine from a reputable manufacturer. The scope includes:
- Engine & Rigging: New engine, digital throttle and shift (DTS) or equivalent electronic controls, control box, key switch, main wiring harness, and necessary cabling.
- Instrumentation & Propeller: New multi-function digital gauge(s) and a new stainless-steel propeller.
- System Integration: Integration with the vessel's existing hydraulic steering system and connection to the fuel tank with a new fuel/water separator filter.
- Labor: Professional de-rigging and disposal of the old engine, transom preparation, engine mounting, and rigging installation.
- Testing: Comprehensive operational tests, including flush hose and on-water tests.
Contract Details
- Opportunity Type: Solicitation (RFQ FA252126QB033)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335312 (Size Standard: 1,250 Employees)
- Place of Performance: Contractor's approved and certified service facility. The government will deliver the vessel to the facility (pickup at Patrick Space Force Base, exact address after award).
- Period of Performance: Work to be completed within 90 days from vessel delivery.
- Funding: Funds are not presently available; obligation is contingent upon appropriated funds. No contract financing will be provided.
Eligibility & Contractor Requirements
Bidders must be an authorized dealer and certified service center for the proposed engine brand, with factory-certified technicians. Proof of certifications is required with the quote. Contractors are responsible for providing owner's manuals, engine documentation, original invoices, full manufacturer's warranty, and a minimum one-year warranty on installation labor. Vendors must be registered in SAM.gov at the time of quote submission.
Submission & Evaluation
- Quotes Due: May 5, 2026, by 3:00 PM EST.
- Questions Due: April 27, 2026, by 11:00 AM EST.
- Submission Method: Quotes must be submitted through GSA e-Buy.
- Evaluation: Best Value.
- Required Information with Quote: GSA Number/Expiration, DUNS Number, Cage Code, Estimated Delivery Time, Payment Terms, Standard Commercial Warranty, FOB, Shipping Cost, and Place of Manufacture. FAR Provision 52.212-3 applies.
Contact Information
- Primary: Damien Charley (damien.charley@spaceforce.mil)
- Secondary: Cynthia Whittaker (cynthia.whittaker@spaceforce.mil)