Opportunity
SAM #N0016126PR00085
US Naval Academy Seeks Yanmar Sailboat Engines, Transmissions, and Kits for Training Fleet
Buyer
NAVSUP FLC Norfolk
Posted
May 04, 2026
Respond By
May 07, 2026
Identifier
N0016126PR00085
NAICS
336612, 3361, 336312
This opportunity seeks vendors to supply replacement engines and related kits for Navy training sailboats at the US Naval Academy: - Government Buyer: - US Naval Academy, Waterfront Readiness Department - Contracting managed by NAVSUP Fleet Logistics Center Norfolk - OEMs and Vendors: - Yanmar (OEM for BOMG 4JH57 engines) - BOMG (as referenced in part numbers) - Products/Services Requested: - Four (4) Yanmar BOMG 4JH57 Engines (part number: 4JH57) - Four (4) KM4A1 Transmissions (part number: KM4A1) - Four (4) Alternator Kits (no part number specified) - Unique/Notable Requirements: - Engines and kits are for Navy 44 Sailing Craft used in midshipman training - Delivery required as soon as possible during standard business hours - All items must support vessel power systems, including lighting and navigation - Place of Performance/Delivery: - Waterfront Readiness, 66 Halligan Road, Annapolis, MD 21402 - This is a sources sought notice for capability statements, not a formal solicitation
Description
The Fleet Logistics Center Norfolk, Virginia is seeking information for.planning purposes to identify qualified and experienced sources in aneffort to provide the United States Naval Observatory with four BOMG 4JH57 Engines and kits in accordance with the attached Statement of Work (hereinafter, “SOW”).
Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a Sources Sought Synopsis for written information only. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. This Sources Sought Notice is not to be construed in a way as a commitment by the Government, nor will the Government pay for the information submitted in response. NAICS code is 333618.
SUBMISSION: Qualified sources should email capability statements and/orvestimates to Ms. Shere' C. Reese at shere.c.reese.civ@us.navy.mil and by 7 May 2026 at 2pm. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this Sources Sought Notice. Please note the information within this pre solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. All requests for further information must bebmade in writing via email. Telephone requests for additional informationnwill not be honored. All questions and answers regarding this RFI/SourcesnSought Notice will be posted as updates to this notice. Reponses to thisbSources Sought request shall reference the Sources Sought number and shall include the following information in this format:
1. Company name, address, Point of Contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran[1]owned. 4. If the items/services can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG,provide the applicable contract number. 5. Capability statement displaying the contractor’s ability to provide the minimum requirements to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 6. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. 7. Indicate if your company can be a prime contractor forthis effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or largebusiness subcontractor will be used. 8. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficientdemonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large.
Please view attached SOW.