19--SUPPLY, PROCUREMENT OF MINIMUM 30 FOOT VESSEL, W/T
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
This is an Award Notice for the procurement of a minimum 30-foot vessel with twin 300 HP V8 Verado engines and a trailer for Biscayne National Park, under a Total Small Business Set-Aside. The solicitation sought a Firm-Fixed Price contract for this specialized small craft (PSC 1940).
Scope of Work
The National Park Service required a high-performance vessel for Biscayne National Park. The procurement included a minimum 30-foot vessel, twin 300 HP V8 Verado engines, and a trailer. The vessel was specified to have a twin-stepped V-hull with a 24.5-degree deadrise, hand-laid fiberglass construction, and a minimum 10-year structural warranty.
Key Requirements
Vessel Specifications:
- Length: Minimum 29'6" and Maximum 30'6".
- Beam: Minimum 9'6" and Maximum 10'.
- Maximum Draft: 20".
- Minimum 265-gallon fuel capacity.
- Twin 300 HP Mercury Verado four-stroke outboards (no substitution).
- Detailed electrical systems including LED lighting, marine-rated connections, and specific Garmin/VHF installations (some GFE).
- Center console with a locking side-door and an 18" x 30" recessed, lockable electronics box.
- All applicable hardware to be stainless steel.
Trailer Specifications:
- R30x trailer (or equal) with LED lighting.
- 6000 lb axles with 16" radial tires.
- Minimum 5-year axle warranty and lifetime structural warranty.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: Estimated 05/01/2026 to 04/30/2027.
- Delivery Date: All items were required to be delivered by 04/30/2027 to Biscayne National Park, Homestead, FL.
- Set-Aside: Total Small Business Set-Aside (NAICS 336612 - Boat Building).
Solicitation Process & Evaluation
The solicitation (140P5426Q0009) was issued as a combined synopsis and RFQ. Questions were due by April 10, 2026, and quotes were due by April 20, 2026. Award was to be made to the responsible offeror whose proposal was most advantageous to the Government, considering price, technical proposal, completion time, and past performance (including no active SAM.gov exclusions). Offerors were required to have a valid UEI and active SAM.gov registration.
Clarifications & Amendments
Amendment 0001 provided a Questions and Answers document. Key clarifications included:
- Rejected Deviations: Proposals for alternative hull designs (e.g., planning hull) and alternative hull materials (e.g., aluminum alloy, HDPE) were rejected; the specified twin-stepped V-hull with 24.5-degree deadrise and hand-laid fiberglass construction was mandatory.
- Accepted Deviations: The government accepted JL Audio systems instead of Fusion marine radios, and allowed vendors to purchase and install Garmin GPS/radome/transducers themselves. An increase to 4 batteries and 4 independent battery switches (from 3/3) was also accepted.
Contact Information
For inquiries regarding the original solicitation, the primary point of contact was Yujeiry Eusebio at yujeiry_eusebio@ios.doi.gov or 470-819-0959.