Sources Sought for Sailboat Engines
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 Navy, Fleet Logistics Center Norfolk, is conducting a Sources Sought to identify qualified and experienced sources for four Yanmar BOMG 4JH57 Engines, four KM4A1 transmissions, and four alternator kits. These items are required by the United States Naval Observatory for the US Naval Academy's Waterfront Readiness Department in Annapolis, MD. This notice is for planning purposes only and is not a solicitation for proposals. Responses are due by May 7, 2026, at 2 PM ET.
Scope of Work
The requirement is for the purchase and delivery of the specified engines, transmissions, and alternator kits. These components are essential to replace broken engines on 16 Navy 44 Sailing Craft, which are critical for training and craft operations, including lighting, navigation, and radar systems. Delivery is to be completed at Waterfront Readiness, 66 Halligan Road, Annapolis, MD 21402, during normal business hours (Monday-Friday, 7:30 AM - 3:00 PM).
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 333618 (Diesel Engines And Components)
- Set-Aside: None specified for this Sources Sought. The Government is determining the acquisition strategy and exploring potential small business set-asides for a future acquisition.
- Response Due: May 7, 2026, 2:00 PM ET
- Published: May 4, 2026
Submission Requirements
Interested sources should email capability statements and/or estimates to Ms. Shere' C. Reese at shere.c.reese.civ@us.navy.mil. Responses must include:
- Company name, address, Point of Contact, phone, fax, and email.
- Contractor and Government Entity (CAGE) Code.
- Business size (Large, Small, SDB, 8(a), Hubzone, Woman-owned, Veteran-owned).
- Existing Government contract vehicle details (e.g., GSA, SeaPort-NxG) and contract number, if applicable.
- A capability statement demonstrating the ability to meet minimum requirements, including relevant past performance within the last 5 years (contract numbers, dollar value, period of performance).
- Questions, comments, or feedback regarding the draft Statement of Work (SOW), planned contract type, or other associated information.
- Indication of prime or subcontractor role, anticipated subcontracting percentage, and type of subcontractor (small/large business).
- If anticipating a small business set-aside prime role, provide specific details and rationale for compliance with FAR clause 52.219-14, Limitations on Subcontracting.
Additional Notes
This is for planning purposes only; it is not a solicitation, and no contract will be awarded from this announcement. The Government will not pay for information submitted. All requests for further information must be made in writing via email. Questions and answers will be posted as updates to this notice.