Transformer and Switchboards for Yosemite NP
ID: 140P8524Q0128Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

TRANSFORMERS: DISTRIBUTION AND POWER STATION (6120)

Set Aside

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

    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at Lisa_Henson@nps.gov by October 3, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for the construction and requirements of distribution transformers, low voltage switchboards, and surge protection devices for low-voltage electrical power circuits at the El Portal Administrative Camp. It includes general guidelines, quality assurances, and detailed product specifications compliant with industry standards set by organizations like ANSI, IEEE, UL, and NEMA. Key features highlighted include technical data submittals, operation and maintenance manuals, and the need for device certifications. Specific product components are identified, such as the three-phase transformers' voltage ratings, configurations, and efficiency criteria, alongside standards for surge protection devices, including clamping voltages and surge current ratings. The document serves to ensure compliance with safety, performance, and installation standards, making it crucial for addressing the electrical infrastructure needs of government projects, including federal and state RFPs. Overall, it emphasizes the need for robust electrical system components that meet stringent performance standards to ensure safe and effective power distribution.
    The document RFQ 140P8524Q0128 outlines a solicitation from the National Park Service for the supply of one 3-phase transformer and two switchboards for Yosemite National Park, California. It is a combined synopsis/solicitation intended for small businesses, following the guidelines of the Federal Acquisition Regulations. The contract will be awarded based on a firm fixed price, with evaluation criteria focusing on price, technical capabilities, and proposed delivery times. Interested vendors must submit a quote via email, adhering to a checklist that includes various required documents and product specifications. The solicitation emphasizes business practices, including compliance with federal regulations and acknowledgment of amendments. Specific clauses applicable to commercial products, including those addressing procurement integrity and equal opportunity, are incorporated into the contract terms. Furthermore, the document stresses the importance of compliance with the System for Award Management and mandates electronic invoice submission through the U.S. Department of the Treasury's Invoice Processing Platform. This RFQ demonstrates the government's commitment to acquiring necessary infrastructure while ensuring adherence to procurement policies.
    The document represents a Request for Proposal (RFP) issued by the National Park Service for the procurement of transformers and switchboards for Yosemite National Park. The solicitation number is 140P8524Q0128, and it requires the delivery of a three-phase transformer and two switchboards, fulfilling specific technical specifications outlined in the attached documentation. The proposal must be completed and submitted before the local deadline of September 16, 2024, with the expectation of delivery by October 1, 2025. The RFP, reflecting regulations under the Federal Acquisition Regulations (FAR), encourages participation from small businesses, including service-disabled veteran-owned, HUBZone, and women-owned businesses. It notes that quotes must remain valid for 60 days, with funding anticipated but not yet available, indicating that awards will be made contingent on funding availability. The RFP emphasizes compliance with applicable FAR provisions, ensuring that all offerors understand their obligations and responsibilities within the procurement process. This solicitation demonstrates the government's intent to secure essential infrastructure components for national parks while promoting inclusivity within the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Padmount Transformer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking qualified vendors to provide a 3-Phase Padmount Transformer under solicitation number N6893624Q0265. This procurement aims to fulfill specific requirements for power distribution equipment, emphasizing compliance with federal regulations, including sustainability and Buy America provisions. The transformer will play a critical role in supporting military operations, ensuring reliable power supply in various applications. Interested parties must submit their quotes by October 10, 2024, and are encouraged to direct any questions to Beth Exzabe at beth.a.exzabe.civ@us.navy.mil by September 25, 2024, to facilitate the procurement process.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is initiating a pre-solicitation for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    62--NCR-NAMA: PURCHASE LIGHTING MATERIALS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the procurement of standardized lighting materials for streetscapes and memorials in Washington, D.C., under solicitation number 140P3024Q0043. The project aims to supply lighting components that adhere to cityscape planning and Fine Arts Commission guidelines, ensuring the aesthetic integrity of the National Mall and Memorial Parks. This initiative is crucial for maintaining modern and efficient lighting solutions in public spaces, with a focus on sustainability and safety. Interested small businesses must submit their quotes by September 23, 2024, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential bidders can contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or by phone at 202-692-6060.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.