Compliance Boat Engine Maintenance
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 Bureau of Reclamation (Department of the Interior) is soliciting quotes for Compliance Boat Engine Maintenance (Solicitation 140R2026Q0037). This opportunity seeks comprehensive maintenance services for the vessel "Compliance," including routine inspections, engine servicing, hull cleaning, electrical system checks, and safety equipment verification. The contract will be a Hybrid Firm-Fixed Price with Time & Material elements Purchase Order. This acquisition is a 100% Small Business Set-Aside. Quotes are due Tuesday, April 21, 2026, at 10:00 AM Pacific Time.
Scope of Work
The contractor will provide routine and corrective maintenance for the vessel "Compliance," a 40-foot, 1985 Munson H30 Hammerhead with twin Volvo Penta D4-225 engines and DPH-A outdrives. Services encompass all systems integral to engine and outdrive operation, including steering, electrical, hydraulic, fuel, water intake, air intake, and hull structure. Specific tasks include various hour-based services (600, 1200, 1500 hours), engine oil changes, fuel/air filter changes, seawater pump service, anode changes, drive service, and cooling system service. Contingency work requires COR/CO approval. The use of "green" products such as reclaimed coolant, re-refined oil, and re-manufactured parts is encouraged. All work will be performed at the contractor's facility, with the government facilitating vessel transportation.
Contract Details
- Solicitation Number: 140R2026Q0037
- Contract Type: Hybrid Firm-Fixed Price with Time & Material elements (for contingency work).
- Period of Performance: One Base Year (May 1, 2026 - April 30, 2027) and two Option Years (May 1, 2027 - April 30, 2028 and May 1, 2028 - April 30, 2029).
- NAICS Code: 336611 (Ship and Boat Building), with a size standard of 1,300 employees.
- Set-Aside: 100% Small Business Set-Aside.
- Place of Performance: Contractor's facility.
Submission & Evaluation
- Quotes Due: Tuesday, April 21, 2026, at 10:00 AM Pacific Time.
- Submission Method: Quotes must be emailed to Margaret Jones at margaret_jones@ios.doi.gov.
- Required Submissions: Vendors must submit Business Information, a Price Schedule, and a Technical Proposal.
- Evaluation Factors: Award will be based on a comparative evaluation considering Price and other factors, including:
- Technical: Experience, Facility Capabilities, Mobile Service, "Green" Products, Parts Availability, and Shuttle Service.
- Past Performance.
- Price.
- Award Basis: The award will be made to the responsible offeror whose quote is most advantageous to the Government.
- Eligibility: Offerors must be registered in the System for Award Management (SAM.gov).
- Wage Determination: Service Contract Act Wage Determination No. 2015-5631, Revision No. 26 (dated 12/03/2025) applies to this contract, establishing minimum wage rates and fringe benefits for the California Counties of El Dorado, Placer, Sacramento, and Yolo.
Contact Information
- Contracting Officer: Margaret Jones
- Email: margaretjones@usbr.gov
- Phone: 916-978-5450