Aluminum Outboard Boat & Trailer
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 U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services is soliciting quotations for one 20-22 ft welded aluminum outboard boat and trailer, with an option for an additional unit. These vessels are required to support operations on the Columbia and Snake River systems for endangered salmonid protection, bird and marine mammal hazing, and Northern Pikeminnow removal. This is a Total Small Business Set-Aside. Quotations are due April 11, 2026, at 5:00 PM UTC.
Scope of Work
The requirement is for the procurement of one 20-22 ft welded aluminum outboard boat and trailer, with an option for one additional unit. The vessels must meet specific technical, performance, and safety requirements detailed in Attachment 1 – Boat & Trailer Minimum Salient Characteristics. Key specifications include a 300 HP main engine and a 9.9 HP kicker, with examples like Custom Weld Boats 20/22' Bush Outboard or equal, and Gateway GTT52/22 trailer or equal. Offerors must ensure clear traceability to the Original Equipment Manufacturer (OEM) and provide a Certificate of Conformance (COC).
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS: 441222 (Boat Dealers), Size Standard: $40.0M
- Place of Performance: Moses Lake, WA
- Quotation Due: April 11, 2026, 5:00 PM UTC
- Published: May 4, 2026
Evaluation Criteria
Award will be made to a single offeror on a best-value basis, considering:
- Technical Acceptability: Meeting or exceeding all salient characteristics, clear product identification, and sufficient descriptive literature. "Or equal" items require documentation of compliance.
- Delivery: A complete production and delivery schedule.
- Price: Pricing for all base and option line items.
- Past Performance: Evaluated using CPARS and other government sources. Offers must remain firm for 90 calendar days.
Additional Notes
This acquisition incorporates numerous FAR and AGAR clauses by reference, including specific AGAR clauses addressing Anti-Discrimination, DEI Compliance, and Unenforceable Supplier Terms. Delivery is requested F.O.B. Destination to Moses Lake, WA. The primary point of contact is Samuel Lopez at samuel.lopez@usda.gov or (970)836-3437.