Skip to content
Department of the Interior

19--Sources Sought Notice - Inflatable Shallow-Water Jet Boat, Motor, and Trailer

Solicitation: DOIFFBO260060
Notice ID: a12c60bafdcf4044bfc27057b3322359
TypeSources SoughtNAICS 336612PSC1940DepartmentDepartment of the InteriorAgencyUs Fish And Wildlife ServicePostedApr 09, 2026, 12:00 AM UTCDueApr 23, 2026, 09:00 PM UTCCloses in 15 days

Sources Sought from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Apr 23, 2026. Industry: NAICS 336612 • PSC 1940.

Market snapshot

Awarded-market signal for NAICS 336612 (last 12 months), benchmarked to sector 33.

12-month awarded value
$51,285,717
Sector total $52,169,347,256 • Share 0.1%
Live
Median
$29,760
P10–P90
$26,944$37,904
Volatility
Moderate37%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-25%(-$7,397,882)
Deal sizing
$29,760 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 →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Falls Church, VA • 22041 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Aragon, Lorenzo
Email
lawrence_aragon@ios.doi.gov
Phone
5052486627

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
US FISH AND WILDLIFE SERVICE
Subagency
FWS, IT SERVICES
Office
Not available
Contracting Office Address
Falls Church, VA
22041 USA

More in NAICS 336612

Description

SOURCES SOUGHT NOTICE
Inflatable Shallow-Water Jet Boat, Motor, and Trailer
U.S. Fish and Wildlife Service (USFWS)
Anchorage Fisheries Branch

THIS IS A SOURCES SOUGHT NOTICE ONLY
1. NOTICE TYPE
This is a Sources Sought Notice issued solely for informational and planning purposes. This is not a solicitation and no contract will be awarded from this notice. No proposals are being requested or accepted.
The Government will not reimburse respondents for any costs incurred in preparing a response.
2. PURPOSE
The U.S. Fish & Wildlife Service (USFWS), Anchorage Fisheries Branch, is conducting market research to identify qualified vendors capable of providing an inflatable shallow-water tunnel¿hull jet boat, 115/80 HP jet motor, and boat trailer that meet or exceed the specifications described in the Draft Requirements section.
This market research will assist the Government in determining:
- Availability of qualified sources
- Commercial capability to meet the requirement
- Potential for a small¿business set¿aside
- Industry feedback regarding specifications and delivery
3. BACKGROUND
The Anchorage Fisheries Branch uses shallow¿water jet boats to support fisheries research in remote and shallow waterways throughout Alaska. The equipment supports mission¿critical conservation and management objectives. The draft Statement of Work outlines the need for a durable, inflatable, shallow¿water jet boat capable of supporting remote field operations.
4. DRAFT REQUIREMENT (SUBJECT TO CHANGE)
4.1 Inflatable Tunne-¿Hull Jet Boat
- Inflatable jet boat with tunnel hull engineered for jet-drive outboard integration
- Approx. 5.5 meters length
- Approx. 2.2 meters width
- Example model: Solar SJT 555 or equivalent
4.2 Jet Motor (115/80 HP)
- 115 HP at power head / 80 HP at the jet
- Tiller controls
- Motor must be installed on boat prior to delivery
4.3 Boat Trailer
- Trailer configured for inflatable vessels
- Must include three (3) bunks sized for the specified boat
4.4 Delivery
- Delivery address:
Anchorage Fish & Wildlife Conservation Office
4700 BLM Road, Anchorage, AK 99507
5. REQUESTED INFORMATION FROM INDUSTRY
Interested vendors are invited to submit a capability statement addressing the following:
1. Company Information
- Name, address, UEI, CAGE, point of contact
- Business size and socioeconomic status
2. Technical Capability
- Ability to meet or exceed all specifications
- Identification of proposed product(s) and model(s)
- Technical literature or spec sheets
- Explanation of equivalency if offering an alternative
3. Delivery Capability
- Estimated lead times
4. Past Performance
- Experience providing similar vessels, motors, or trailers
5. Market Feedback
- Comments on specifications
- Identification of capable manufacturers
- Suggestions for refinement of requirements
6. SUBMITTAL REQUIREMENTS
Responses shall be submitted via email to:
Lorenzo Aragon
Email: Lawrence_aragon@ios.doi.gov
Subject Line: Sources Sought Response ¿ Inflatable Jet Boat ¿ DOIFFBO250060
Response Deadline: Thursday April 23, 2026, 5PM EST
Requested capability statements should be no more than 10 pages.
7. IMPORTANT DISCLAIMERS
- This notice is issued for market research only.
- The Government is not obligated to award a contract or proceed with a solicitation.
- Respondents will not receive individualized feedback or evaluations.
- All proprietary information must be clearly marked.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.