Skip to content
Department of Defense

Procurement of Yamaha Engines and Parts in support of Harbor Security Boats and Oil Spill Response Boats

Solicitation: N0060426Q4010
Notice ID: 9c5876474adb48aea9cc2ee5551b0eb5

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Feb 21, 2026. Industry: NAICS 333618 • PSC 2895.

Market snapshot

Awarded-market signal for NAICS 333618 (last 12 months), benchmarked to sector 33.

12-month awarded value
$58,234,250
Sector total $20,448,118,707 • Share 0.3%
Live
Median
$345,333
P10–P90
$35,940$619,425
Volatility
Volatile169%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($58,234,250)
Deal sizing
$345,333 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for HI
Live POP
Place of performance
Jbphh, Hawaii • 96860 United States
State: HI
Contracting office
Pearl Harbor, HI • 96860-4549 USA

Point of Contact

Name
Erin Chapman
Email
erin.r.chapman1.civ@us.navy.mil
Phone
Not available
Name
Troy Wong
Email
troy.r.wong2.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC PEARL HARBOR • NAVSUP FLT LOG CTR PEARL HARBOR
Contracting Office Address
Pearl Harbor, HI
96860-4549 USA

More in NAICS 333618

Description

Amendment #1 - Q&A responses.

Question: Yamaha no longer has any F250XCBs available; however, we have a few remaining in stock. Yamaha has informed me that they have plenty of LF250XCBs. We can swap the lower units to convert them to right-hand rotation. They would have the same warranty and all other features, but the tag on the unit will say "LF" instead of "F." We will mark the crates accordingly.

Response: Yes, using LF250XCBs with swapped lower units to make them right-hand rotation is acceptable.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.

The RFQ number is N0060426Q4010. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52 and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.  The NAICS code is 333618 and the Small Business Standard is 1500 Employees. The Small Business Office concurs with the set-aside decision.

NAVSUP Fleet Logistic Center Pearl Harbor (FLCPH) Regional Contracting Office requests responses only from NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts BPA Holders that are capable of providing Brand Name Only Yamaha Engine and OEM Replacement Parts in accordance with Attachment 1 – Statement of Work and Attachment 2 – Yamaha Parts Pricing List.  Quotes received from non-NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts BPA will not be considered.

Delivery:

Delivery is within 90 days after award.  Partial delivery is acceptable.  If 90 days cannot be met, please provide the best delivery timeframe for consideration.

Delivery Location is Arizona Detachment Bldg 3, Hornet Avenue, Pearl Harbor, Hawaii 96860.

Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

Attachments –

Attachment 1: Statement of Work/Parts List

Attachment 2: Yamaha Parts Pricing List

Attachment 3: J&A Redacted

All non-superseded FAR and DFARS provisions and clauses that were incorporated under Solicitation N0060422Q4006 and incorporated in the NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts Master BPAs (N0060422A4000, N0060422A4001, and N0060422A4002) are applicable in this solicitation.

In addition, the following FAR and DFARS Clauses are applicable:

52.204-13        System for Award Management Maintenance     Statute  (DEVIATION DATE)

52.204-7          System for Award Management Registration      Statute  (DEVIATION DATE)

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations Statute  (DEVIATION DATE)

52.219-14        Limitations on Subcontracting   Statute  (DEVIATION DATE)

52.219-2          Equal Low Bids Statute  (DEVIATION DATE)

52.219-6          Notice of Total Small Business Set-Aside          Statute  (DEVIATION DATE)

252.225-7972   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (AUG 2024)( DEV 2024-O00014)

252.232-7006   Wide Area WorkFlow Payment Instructions (JAN 2023)

252.247-7023   Transportation of Supplies by Sea—Basic (OCT 2024)

Deviation Date: 1 FEB 2026

This announcement will close at 1400 HST on Friday, 20 FEB 2026.  Contact Erin Chapman who can be reached at Erin.r.chapman1.civ@us.navy.mil and Troy Wong at Troy.r.wong2.civ@us.navy.mil. 

Evaluation Criteria: While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors – a combination of price, delivery time frame, and a determination of responsibility.

Price: NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts BPA Holders shall submit a price for each item listed in this Notice.

Delivery Timeframe: Quoters are reminded to include delivery timeframe in submissions in response to this Notice.

Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible.  Such sources include but are not limited to the following: System for Award Management, Supplier Performance Risk Systems (SPRS), and Contractor Performance Assessment Reporting System (CPARS).

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

It is the Quoters responsibility to ensure that there are no discrepancies presented in the information contained in its quote.  All submitted quotes will be considered complete and that there are no exceptions taken to the Statement of Work.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, NAVSUP FLCPH BPA number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.  Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.