19--PROCUREMENT OF MINIMUM 30 FOOT VESSEL, W/TWIN 300
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 Interior, National Park Service (NPS), specifically Biscayne National Park, is soliciting proposals for the procurement of a minimum 30-foot vessel with twin 300 HP V8 Verado engines and a trailer. This is a Total Small Business Set-Aside opportunity, with a Firm-Fixed Price contract anticipated. An amendment has been issued providing questions and answers. Quotes are due by April 20, 2026, at 4:00 PM EST.
Scope of Work
This solicitation (RFQ 140P5426Q0009) is for a commercial item, requiring the delivery of a new vessel, engines, and trailer. Key deliverables include:
- A minimum 30-foot vessel (PSC 1940)
- Twin 300 HP V8 Verado Engines (PSC 2805)
- A suitable trailer (PSC 2330) All items must be delivered to Biscayne National Park, Homestead, FL, by April 30, 2027.
Key Specifications & Clarifications
The vessel must feature a twin-stepped V-hull with a 24.5-degree deadrise and be constructed from hand-laid fiberglass with 100% vinyl ester resin. Proposals for alternative hull designs (e.g., planning hull) or materials (e.g., aluminum alloy, HDPE) were rejected. Power & Propulsion: Two (2) 300 HP Mercury Verado four-stroke outboards (no substitution), recessed trim tabs, and stainless steel propellers. Vessel Dimensions: Length between 29'6" and 30'6", Beam between 9'6" and 10', Max Draft 20". Minimum 265-gallon fuel capacity. Electrical Systems: The government accepted JL Audio marine radio systems (instead of Fusion) and a configuration of four batteries (one per engine plus a two-battery house bank) with four independent battery switches. Bidders may purchase and install Garmin GPS, HD 18" radome, and thru-hull transducers themselves. The "18" x 30" recessed, lockable electronics box" refers to a secure housing within the center console. Trailer: R30x trailer or equal, with 6000 lb axles and 16" radial tires, including specific warranty requirements. Government-Furnished Equipment (GFE) includes specific police light bar, siren, and radio equipment for installation.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: Estimated May 1, 2026, to April 30, 2027
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336612 (Boat Building)
Submission & Evaluation
- Quotes Due: April 20, 2026, 04:00 PM EST.
- Submission Method: Email quotes to yujeiry_eusebio@ios.doi.gov with the subject line "QUOTE – 140P5426Q0009".
- Required Submissions: Completed SF18 and Pricing Table/Schedule, contractor response sections of FAR 52.204-24, Technical Approach for Services, and a formal quote on company letterhead detailing price, lead time, warranty, and capabilities.
- Evaluation Factors: Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price, ability to provide requested services/technical proposal, completion time, and past performance (including no active SAM.gov exclusions).
- Eligibility: Offerors must have a valid Unique Entity ID (UEI), active SAM.gov registration, and be self-certified under NAICS 336612.
Contact Information
For inquiries, contact Yujeiry Eusebio at yujeiry_eusebio@ios.doi.gov or 470-819-0959.
Additional Notes
Amendment 0001 provides a questions and answers document, clarifying several technical specifications. Bidders should carefully review these clarifications, as some proposed deviations were rejected (e.g., hull design, material), while others were accepted (e.g., marine radio brand, battery configuration, vendor-provided GPS installation). All other terms and conditions of the solicitation remain unchanged.