GICL PURCHASE & INSTALL GENERATOR
ID: 140P1525Q0078Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 11:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for the purchase and installation of a generator at Gila Cliff Dwellings in New Mexico. The procurement aims to ensure reliable power supply for the site, adhering to Federal Acquisition Regulations and emphasizing compliance with environmental efficiency standards. This project is significant for maintaining operational capabilities within the National Park, with a performance timeline set from May 12, 2025, to August 1, 2025. Interested contractors should direct inquiries to Oliver Green and ensure their proposals are submitted by the specified deadline to be considered for this opportunity.

Point(s) of Contact
Files
Title
Posted
The document outlines a Request for Proposal (RFP) for the purchase and installation of a generator at Gila Cliff Dwellings, New Mexico, emphasizing compliance with Federal Acquisition Regulations (FAR) and executive orders. The contract will be awarded based on simplified acquisition procedures, ensuring quotations are assessed for their value to the government. It details the solicitation process, including submission requirements for contractors, with particular focus on small business considerations, including the necessity of making accelerated payments to small business subcontractors. The document includes a comprehensive listing of regulatory clauses that the contractor must adhere to, such as the prohibition of certain telecommunications services, and mandates adherence to environmental efficiency standards. It establishes the framework for permissible project execution, including safety stipulations like prohibiting all-terrain vehicles on National Park Service lands. Essential details include the timeline for performance, invoicing requirements through the Invoice Processing Platform, and the need for release of claims before final payment. This RFP illustrates the federal government's structured approach to procurement, emphasizing transparency, accountability, and ethical considerations within contracts.
Apr 9, 2025, 8:08 PM UTC
The document pertains to the amendment of a solicitation related to the purchase and installation of a generator for the National Park Service (NPS) in Flagstaff, Arizona. The modification outlines the procedures for acknowledging the amendment, emphasizing that offers must be submitted by a specified deadline to avoid rejection. The change is issued under FAR regulations, indicating that it reflects administrative adjustments. The project has a defined period of performance from May 12, 2025, to August 1, 2025, and specifies Oliver Green as the point of contact for inquiries. The amendment maintains that all prior terms and conditions remain in effect unless altered by this document. This communication is critical for ensuring compliance with federal procurement standards and timelines, facilitating effective project management for government contracting.
Apr 9, 2025, 8:08 PM UTC
The document is a Request for Proposal (RFP) from the National Park Service (NPS), aimed at soliciting bids for the purchase and installation of a generator. The RFP includes essential details such as the solicitation number (140P1525Q0078), the contractor's address, and the point of contact (Oliver Green) for inquiries. The project is scheduled to commence on May 12, 2025, with a completion deadline of August 1, 2025. It references compliance with federal acquisition regulations, indicating a focus on service-disabled veteran-owned small businesses and other categorization criteria. The payment terms specify invoices to be sent to the designated remittance address, and the acquisition is classified under the North American Industry Classification System (NAICS) code for generators. The document outlines the expectations for delivery and performance, ensuring that bids are evaluated based on defined criteria. This RFP signifies federal efforts to procure services and equipment while adhering to established policies and promoting small business participation in government contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
46--Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim's Roaring Spring Pumphouse in Grand Canyon National Park. The contract will encompass annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure that supports the park's water needs, reflecting NPS's commitment to preserving the natural resources of one of America's premier national parks. Interested vendors must submit their quotes electronically by May 7, 2025, at 10:00 AM MT, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov.
N--MACA-INSTALL HOTEL GENERATOR/UPGRADE ELE
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit bids for a project at Mammoth Cave National Park focused on replacing the hotel generator and upgrading electrical systems. The project involves two main tasks: installing a new generator to support the visitor center and hotel loads, and relocating the existing hotel service transformer, which includes necessary demolition and installation of electrical feeds. This initiative is crucial for enhancing the park's infrastructure and ensuring reliable power supply for visitors and operations. The estimated project cost is between $1,000,000 and $5,000,000, with a completion deadline set for August 31, 2026. Interested vendors should contact Ashley Warcewicz at ashleywarcewicz@nps.gov and prepare for the official solicitation expected to be published on May 15, 2025, while also ensuring they are registered with the Systems for Awards Management (SAM).
61--IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for the replacement and installation of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. This project aims to ensure reliable backup power for emergency services, emphasizing the importance of operational integrity and compliance with safety standards. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires proposals to be submitted electronically by May 9, 2025, with the project scheduled to commence on July 1, 2025, and conclude by September 30, 2025. Interested parties can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of furnaces in residential houses at the Navajo National Monument in Arizona. The procurement aims to ensure the maintenance and improvement of facilities within national parks, emphasizing the need for skilled labor, materials, and equipment in compliance with federal contracting regulations. This project is a total small business set-aside, with proposals due by May 1, 2025, at 1700 EDT, and interested parties must register in the System for Award Management (SAM) and hold a Unique Entity Identifier (UEI). For further inquiries, contractors can contact Jessica Owens at jessicaowens@nps.gov or by phone at 720-450-2184.
N--PARKWIDE VFD REPLACEMENT
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of Variable Frequency Drives (VFDs) at the Lake Mead National Recreation Area's water treatment facilities. The project involves the installation of 16 new VFDs and the provision of 16 spare units, ensuring compatibility with existing systems while adhering to safety and operational standards. This initiative is crucial for maintaining efficient water treatment operations within the park, reflecting the government's commitment to infrastructure modernization and environmental stewardship. Interested small businesses must submit their proposals by May 12, 2025, with the contract performance period scheduled from June 9, 2025, to December 8, 2025. For further inquiries, potential bidders can contact Caleb Overbaugh at caleboverbaugh@nps.gov.
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 located at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period scheduled from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by May 1, 2025, at 1700 EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Generator Replacement Services
Buyer not available
The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. This procurement aims to secure a contractor to provide comprehensive management, supervision, personnel, materials, and specialized equipment necessary for replacing the main building generators and associated equipment, under a firm-fixed-price contract exclusively for small businesses. The project is critical for ensuring reliable power systems for the facility, which serves approximately 600 retired military personnel, while adhering to federal safety and accessibility standards. Interested vendors must submit their electronic quotations by May 2, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov or kaity.eaton@fiscal.treasury.gov by February 21, 2025.
Generator parts-RFQ-19NP4025Q7333
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Kathmandu, Nepal, is seeking qualified vendors to provide specific generator parts under the solicitation titled "Generator parts-RFQ-19NP4025Q7333." The procurement aims to acquire parts for FG Wilson and Cummins generators, with vendors required to specify quantities and part numbers, ensuring compliance with federal regulations and ethical sourcing standards. This initiative is crucial for maintaining the operational efficiency of the embassy's power generation capabilities. Proposals are due by May 4, 2025, with the solicitation set to be released on April 3, 2025. Interested contractors can contact William J Miskelly at MISKELLYWJ@state.gov or by phone at 014234000 for further information.
Y--Construction of Power Line
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
62--FY25 LIGHT POLE PURCHASE
Buyer not available
The National Park Service, under the Department of the Interior, intends to award a sole source contract to Villa Lighting Supply Inc for the purchase of replacement SA & SA1 Light Poles for Gateway Arch National Park. This procurement is justified as Villa Lighting is the only responsible source capable of supplying these specialized light poles due to their unique design and color coating, which are essential for maintaining the park's standards. The urgency of this procurement is underscored by the need for timely delivery to avoid operational impacts, and it is being conducted under Simplified Acquisition Procedures as outlined in FAR regulations. Interested parties may submit capability statements to the primary contact, Dennis Zoltak, at denniszoltak@nps.gov, by the specified deadline for consideration.