Replace Pump Station 659 Generator, GOGA
ID: 140P8625Q0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service (NPS) is soliciting proposals for the replacement of the Pump Station 659 generator located in Sausalito, California, as part of its infrastructure improvement efforts. The project entails removing the existing 43kW natural gas generator and installing a new unit, ensuring compliance with California Air Resource Board standards while minimizing service interruptions for sewage management. This generator is crucial for servicing over 4 million annual visitors to the Golden Gate National Recreation Area, highlighting the importance of maintaining operational infrastructure for public health and safety. Interested small businesses must submit their proposals electronically by the specified deadline, with an estimated project cost ranging from $25,000 to $100,000. For further inquiries, contact Quinn Rankin at quinn_rankin@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the labor wage determinations for various federal and state-funded construction projects in California, specifically for building, heavy, and highway construction jobs across multiple counties. It details compliance requirements with the Davis-Bacon Act and relevant Executive Orders (14026 and 13658), mandating minimum wages for workers depending on contract dates and types of work performed. The wage rates for specific labor classifications, such as electricians, carpenters, and operators, are provided, with variations indicated based on geographical areas (Area 1 and Area 2). Notably, the document specifies rates for asbestos removal, construction labor, and various skilled trades, highlighting required fringe benefits. The data is organized by trade type, geographic area, and effective dates, ensuring that contractors understand their obligations to maintain compliance and worker protections. Overall, this summary enhances understanding of financial obligations linked to federal contracts in construction, aligning with the broader context of government procurement regulations.
    The Golden Gate National Recreation Area (GGNRA) is soliciting qualified vendors for the replacement of a damaged 43kW three-phase natural gas generator at pump station 659 in Sausalito, California. This generator supports sewage management for the Marin Headlands and Fort Baker, crucial for servicing over 4 million annual visitors. The existing generator, discovered to be inoperable as of December 2024, needs to be replaced without modifications to the existing infrastructure. Contractors must ensure compliance with California Air Resource Board standards and manage the removal of the old generator, installation of a new unit, and associated electrical work. Moreover, the contractor must provide necessary safety documentation and a one-year warranty on parts and labor. Service interruption must be limited to 90 minutes, with provisions for uninterrupted sewage services during repairs. Cleanup of any spills is the contractor’s responsibility. This project reflects GGNRA’s commitment to maintaining operational infrastructure while prioritizing environmental compliance and public health. Overall, this RFP outlines critical requirements and expectations for prospective contractors in handling essential facility upgrades.
    The document presents a Request for Quotation (RFQ) for the replacement of Pump Station 659 Generator at the Golden Gate National Recreation Area in San Francisco, California. It outlines the requirements for quoters to submit a quotation conforming to provided solicitation documents, including pricing for all base and option line items if applicable. The solicitation emphasizes that for lump sum items, only the total price is required, while unit-priced line items necessitate both unit price and total. The quotation must adhere to guidelines to ensure correct totaling and price rounding. This RFQ is part of the federal government's procurement process aimed at securing services or products necessary for infrastructure improvement within national parks, reflecting efforts to maintain and enhance public facilities. Compliance with presentation and pricing specifications is crucial for acceptance, underscoring the structured process of federal contracting.
    The document RFQ 140P8625Q0017 pertains to the replacement of the generator for Pump Station 659 within the Golden Gate National Recreation Area. It serves to collect general references from bidders as part of the quotation process. The form requests detailed information about the quoter’s bank, subcontractors, and material suppliers, including names, addresses, contact information, and areas of specialization or types of materials provided. This structured approach aims to ensure that the Government has all necessary financial and operational references to evaluate the quoter's capabilities and reliability before making an award. The focus is on gathering pertinent details to facilitate a thorough review of bids while ensuring compliance with government procurement standards.
    The RFQ 140P8625Q0017 document outlines the request for quotations for the replacement of the Pump Station 659 generator at the Golden Gate National Recreation Area. Quoters are required to provide essential details regarding their business, including name, address, contact information, and whether they will self-perform the work or use subcontractors. Those opting for subcontractor involvement must list their names and associated trades, along with a description of work they plan to self-perform. Another document, RFQ 140P8625Q0011, pertains to the reroofing of the Diamond X Ranch Maintenance Shop. It requires quoters to submit a list of relevant experience and past performance references. For each project listed, they must provide the title, contract number, owner agency, monetary value, performance timeline, similarity to the current requirement, and contact information for a reference person. The primary purpose of these documents is to solicit bids from qualified contractors and assess their relevant experience to ensure quality and suitability for the respective projects. This process aligns with federal practices for public procurement, ensuring transparency and competitive pricing in the execution of government contracts.
    The National Park Service (NPS) is soliciting proposals for the replacement of the Pump Station 659 generator located in Sausalito, California. The project involves removing and replacing an existing 43kW natural gas generator, requiring the contractor to provide all necessary labor, materials, and testing as outlined in the Statement of Work. The estimated project cost ranges from $25,000 to $100,000, with a total small business set-aside, meaning only small business bids will be considered. The contractor must commence work within 10 calendar days of receiving notice to proceed and complete the project within 30 calendar days. A site visit for potential bidders is scheduled, and proposals must be submitted electronically by the specified deadline. The document details compliance with federal regulations, including wage requirements and safety protocols, ensuring adherence to environmental and archeological standards. The NPS, through Quinn Rankin, will oversee the contract, emphasizing a streamlined procurement process focused on attracting responsible firms while adhering to stringent federal guidelines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to engage a contractor to manage the replacement of the main building generators and related equipment, ensuring compliance with applicable standards and laws while providing a fully functional generator system for the facility that serves approximately 600 retired military personnel. This contract, set aside exclusively for small businesses, requires all labor, materials, and services to be included in the quoted price, with proposals due electronically by February 27, 2025. Interested contractors should direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    Propane Gas Fueled Generator Set
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for a Propane Gas Fueled Generator Set through a Sources Sought notice. The procurement aims to identify potential suppliers capable of providing generator sets that meet specific operational requirements for military use. These generators are crucial for ensuring reliable power supply in various field operations, particularly in remote locations. Interested vendors should reach out to Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil for further details and to express their interest in this opportunity.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking contractors for the replacement of the secondary clarifier framework at the El Portal Wastewater Treatment Plant, which is critical for processing wastewater in Yosemite Valley. The project involves removing existing equipment, installing temporary supports, fabricating new framework components, and ensuring compliance with environmental regulations to prevent potential wastewater spills. This initiative is vital for maintaining public health and environmental standards at a national park site, with a project timeline of 120 days for completion. Interested bidders should contact Brian Roppolo at brianroppolo@nps.gov or call 206-220-4215, with the bid submission deadline extended to March 6, 2025, at 12:00 PM PST.
    Generator service maintenance at Coast Guard Station Port Canaveral
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for generator service maintenance at Coast Guard Station Port Canaveral in Florida. The procurement involves a non-personnel services agreement that includes preventive maintenance and testing of generators, requiring the contractor to provide all necessary personnel, materials, equipment, and utilities, while adhering to strict quality control and safety compliance standards. This contract is crucial for ensuring the operational readiness of the Coast Guard's facilities, with a performance period of one base year and four optional years. Interested parties can contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and the opportunity is set aside for small businesses under the SBA guidelines.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    Z--Replace Windows Building 1199 - GOGA
    Buyer not available
    The National Park Service, part of the Department of the Interior, is soliciting proposals for the replacement of vandalized windows at Building 1199 within the Golden Gate National Recreation Area in San Francisco, California. The project involves the removal and installation of multiple windows, including specific dimensions for each, and must be completed within 60 days of receiving the Notice to Proceed. This initiative is crucial for maintaining the infrastructure of national parks, ensuring both functional and aesthetic improvements while adhering to federal regulations and labor standards, including Davis-Bacon wage rates. Interested contractors must submit their bids by March 4, 2025, and can participate in a site visit scheduled for February 19, 2025; for further inquiries, they may contact Quinn Rankin at quinnrankin@nps.gov.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.