61--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
    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 project aims to enhance the electrical infrastructure, ensuring compliance with Federal Acquisition Regulations and promoting small business participation, particularly service-disabled veteran-owned businesses. The contract performance is scheduled from May 12, 2025, to August 1, 2025, with all bids evaluated based on defined criteria. Interested contractors should direct inquiries to Oliver Green and ensure timely submission of proposals to meet the specified deadlines.

    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.
    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.
    This document serves as an amendment to solicitation 140P1525Q0078 regarding the purchase and installation of a generator, managed by the National Park Service in Flagstaff, AZ. The amendment requires contractors to acknowledge receipt to qualify their bids effectively. It clarifies technical aspects of the project, including requirements for propane line regulation and the necessity of using high-pressure propane while maintaining low-pressure supply for HVAC systems. Alternatives, such as installing a new propane tank at the generator's location, are suggested. Additionally, it specifies the required voltage for the generator and describes project milestones, with performance scheduled from May 12, 2025, to August 1, 2025. The amendment also contains contact information for the requestor, Oliver Green, who can answer contractor inquiries. This document emphasizes the importance of adherence to submission deadlines and outlines the implications of modifications on the existing solicitation process.
    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
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    Colorado River Generator Rental
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the rental of a 125 kVA (100 kW) emergency generator for the Colorado River Service Unit's Peach Spring Clinic in Arizona. This generator is essential for the Clinic’s Life Safety system and will be utilized exclusively during emergency situations, with a rental period of six months and the option for an additional six months. Interested small businesses must submit their quotes by December 20, 2025, at 1:00 p.m. PST, via email to Dale C. Clark at dale.clark@ihs.gov, and are required to acknowledge a 90-day acceptance period along with compliance with various federal regulations.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further details and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of recreation facilities as part of the Rend Trail and Bridges Construction project at New River Gorge National Park in Glen Jean, West Virginia. The project entails the rehabilitation of five bridges, the replacement of timber cribbing walls, and improvements to trailheads, with a performance period set from January 5, 2026, to September 29, 2028. This opportunity is significant for enhancing recreational infrastructure and ensuring safety and accessibility within the park. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.