Closed Solicitation · DEPT OF DEFENSE

    OUTBOARD BOAT ENGINE

    Sol. FA487725QA494Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)DAVIS MONTHAN AFB, AZ
    Closed
    STATUS
    Closed
    closed Aug 20, 2025
    POSTED
    Aug 18, 2025
    Publication date
    NAICS CODE
    333618
    Primary industry classification
    PSC CODE
    2815
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for four Raider outboard engines under solicitation FA487725QA525. This opportunity is set aside for small businesses and requires technical acceptability at the lowest price. Quotes must be submitted by August 20, 2025, with questions due by August 18, 2025.

    Contract details

    Solicitation No.
    FA487725QA494
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 18, 2025
    Response Deadline
    August 20, 2025
    NAICS Code
    333618AI guide
    PSC / Class Code
    2815
    Issuing Office
    FA4877 355 CONS PK
    Primary Contact
    Judah Morton
    State
    AZ
    ZIP Code
    85707-3522
    AI Product/Service
    product

    Description

    i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
    ii. Solicitation FA487725QA525 is issued as a Request for Quotation (RFQ).
    iii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-05 effective 07 August 2025. The DFARS provisions and clauses are those in effect to effective 17 January 2025. The DAFFARS provisions and clauses are those in effect to DAFAC 2023-0707 effective 16 October 2024.
    iv. This is under Total Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333618 – Other Engine Equipment Manufacturing with a small business size standard of 1,500 employees.
    v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
    vi. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:
    a. CLIN 0001 - RAIDER OUTBOARD ENGINES or Equal (4 EACH)
    The government will place an order with the offeror whose quote meets the lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet the defined salient characteristics of the product or service.
    vii. Important Dates/Times (All times are Arizona Local Time) a. All questions must be submitted via email by August 18, 2025, 2:00PM MST.
    b. All quotes must be submitted via email by August 20, 2025, 2:00PM MST.
    x. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date.
    xi. Point of Contacts: Primary: A1C Judah Morton, judah.morton@us.af.mil 520-228-3038
    b. Alternate: SrA Joshua Rodriguez, joshua.rodriguez.30@us.af.mil 520- 228-2213
    xii. Attachments
    1: Salient Characteristics Document
    2: Provisions and Clauses
    5352.201-9101 ACC - OMBUDSMAN (JUL 2023)
    (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from
    offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman
    does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract
    disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
    (b) Before consulting with an ombudsman, interested parties must first address their concerns,
    issues, disagreements, and/or recommendations to the contracting officer for resolution.
    Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g.,
    agency level bid protests, GAO bid protests, requests for debriefings, employee-employer
    actions, contests of OMB Circular A-76 competition performance decisions).
    (c) If resolution cannot be made by the contracting officer, the interested party may contact the
    ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail
    addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns,
    issues, disagreements, and recommendations that cannot be resolved at the
    Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for
    further consideration to the Department of the Air Force ombudsman, Associate Deputy
    Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington
    DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
    (d) The ombudsman has no authority to render a decision that binds the agency.
    (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or
    clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of
    clause)
    (End of clause)
    52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)
    (a) The Government will award a contract resulting from this solicitation to the responsible
    offeror whose offer conforming to the solicitation will be most advantageous to the Government,
    price and other factors considered. The following factors shall be used to evaluate offers:
    i.Price. The lowest priced offer will be evaluated for technical acceptability and best value to the Government. If found technically acceptable and found to be the best value award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
    ii.Past Performance. Past Performance will not be evaluated.
    iii. Technical. Technical capability of the item to meet the Government’s requirement in accordance with salient characteristics. Contractor shall attach salient characteristics/specifications, as appropriate.
    (b) Options. Options are not included in this requirement.
    (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the
    successful offeror within the time for acceptance specified in the offer, shall result in a binding
    contract without further action by either party. Before the offer’s specified expiration time, the
    Government may accept an offer (or part of an offer), whether or not there are negotiations after
    its receipt, unless a written notice of withdrawal is received before award.
    (End of provision)
    5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jul 2023)
    (a) Contractors shall not:
    (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
    (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.
    [Note: This prohibition does not apply to manufacturing.]
    (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:
    1. Halons: 1011, 1202, 1211, 1301, and 2402;
    2. Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
    3. Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
    [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]
    (End of clause)

    Key dates

    1. August 18, 2025Posted Date
    2. August 20, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    OUTBOARD BOAT ENGINE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.