N--PARKWIDE VFD REPLACEMENT
ID: 140P8125Q0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 10:00 PM UTC
Description

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 caleb_overbaugh@nps.gov.

Point(s) of Contact
Files
Title
Posted
Apr 25, 2025, 6:08 PM UTC
The VFD Replacement project at Lake Mead National Recreation Area involves replacing existing Variable Frequency Drives (VFDs) at multiple sites: Katherine Landing, Callville Bay, Echo Bay, and Cottonwood Cove. A total of 32 VFDs will be supplied and installed—16 for immediate use and 16 as spares. The new VFDs must match or exceed existing specifications and ensure compatibility with current motors, PLCs, and SCADA systems, adhering to NFPA 70 standards. The contractor must perform installations sequentially, allowing for 24-hour testing of each unit to minimize downtime for sewage lift stations. Progress must be reported daily, including documentation of before and after conditions. Additionally, site usage is limited to designated areas to minimize disruption to the public and NPS employees, with strict working hours and regulations in place, such as no smoking within 25 feet of buildings. The project is scheduled to conclude within 180 days and emphasizes the preservation of natural features and compliance with park regulations. This undertaking reflects the National Park Service's commitment to maintaining infrastructure while ensuring operational efficiency and environmental stewardship.
The project outlined in the Lake Mead National Recreation Area aims to replace existing Variable Frequency Drives (VFDs) at four developed sites: Katherine Landing, Callville Bay, Echo Bay, and Cottonwood Cove. A total of 32 VFDs will be provided, consisting of 16 installations and an equal number of spares for stock. Key tasks include ensuring new VFDs are compatible with existing equipment and maintaining operations of sewage lift stations throughout the replacement process. The contractor will submit progress reports and must adhere to safety and compliance standards, specifically NFPA 70. The work period is scheduled for 180 calendar days, during which contractors must accommodate public access and strictly follow park regulations. Provisions include site access and environmental preservation, emphasizing minimal disruption and adherence to local laws. The need for documentation of the installation process and safety plans is required prior to commencing work. This project highlights the federal commitment to facility modernization and operational efficiency while ensuring compliance with safety regulations.
Apr 25, 2025, 6:08 PM UTC
The document pertains to Amendment 0001 of solicitation 140P8125Q0017, which involves updates related to the installation of variable frequency drives (VFDs) at Katherine Landing, NV. The amendment includes the requirement for contractors to acknowledge the receipt of this amendment and outlines methods for doing so. Key updates address the absence of specific size requirements for VFDs, no enclosure rating needed as they will have their own cabinets, and the contractor's responsibility to provide transportation to the intake barge site. The statement of work has been updated to include details about the site, a list of required submittals, and a clarification that replacements may occasionally involve different motor controllers. These modifications aim to ensure clarity and assist potential bidders in meeting project specifications effectively. Overall, the amendment underscores the need for adherence to outlined specifications and administrative requirements in the procurement process.
Apr 25, 2025, 6:08 PM UTC
The document outlines an amendment to solicitation number 140P8125Q0017 related to the replacement of Variable Frequency Drives (VFDs) at Lake Mead National Recreation Area's water treatment facilities. It extends the submission deadline to May 12, 2025, and updates the project’s estimated performance period to June 9, 2025, through December 8, 2025. The amendment includes answers to frequently asked questions, clarifying technical specifications such as communication types required for VFDs, voltage details for various systems, and specifics about motor upgrades. Questions addressed include communication needs, filtering requirements, and the necessity of new enclosures for VFD installation. The responses confirm that existing enclosures are sufficient for housing new drives and that all existing motors will be upgraded. This document serves to ensure transparency and clarity for potential contractors while reiterating the importance of adhering to submission and modification protocols as specified. Overall, the amendment reflects the government’s commitment to enhancing operational efficiency and protection from power quality issues in the water treatment infrastructure.
Apr 25, 2025, 6:08 PM UTC
The document outlines an amendment to a solicitation related to a federal contract (140P8125Q0017). The amendment specifies that offerors must acknowledge receipt of this amendment following certain procedures—by submitting copies, letters, or electronic communications. It clarifies an incongruity concerning the due date for quotes, correcting it from 2:00 PM PDT to 3:00 PM PDT, as seen on SAM.gov. Additionally, it emphasizes the necessity for contractors to submit signed copies of each amendment with their quotes. The period of performance for the contract is set from June 9, 2025, to December 8, 2025. The document includes references to mandatory attachments and further instructions for bidders, ensuring compliance and clarity in the solicitation process. This amendment is crucial for maintaining accurate timelines and requirements within the procurement framework of federal contracts, serving both the contracting officer's and bidders' interests.
Apr 25, 2025, 6:08 PM UTC
The document is a Request for Quotation (RFQ) by the National Park Service for the replacement of 16 Variable Frequency Drives (VFDs) at the Lake Mead National Recreation Area's water treatment facilities, along with the provision of 16 spare VFDs. The solicitation is set aside for small businesses under NAICS code 811310, emphasizing a total set-aside for small business participation with a ceiling of $12.5 million in annual gross receipts. The work must comply with provided specifications in the Statement of Work, scheduled to be completed from May 12, 2025, to November 10, 2025. The document includes details of the proposal submission process, evaluation criteria focusing on price, experience, past performance, and product compliance with specifications. Offerors are required to provide detailed project references and feedback from prior clients. The document also outlines various compliance clauses that bidders must adhere to, emphasizing government regulations and small business concerns. The anticipated site visit, required for understanding the scope of work, is also noted. The overall aim of this contract is to ensure operational efficiency in the water treatment systems within the park while adhering to federal acquisition regulations.
Lifecycle
Title
Type
PARKWIDE VFD REPLACEMENT
Currently viewing
Solicitation
Similar Opportunities
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.
Z--INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA - Lake Mead National Recreation
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the installation of boat dock covers at Willow Beach Marina, located within the Lake Mead National Recreation Area in Arizona. The project involves the design, fabrication, and installation of a dock slipcover measuring 82 feet wide by 244 feet long, aimed at protecting public user boats from harsh environmental conditions. This enhancement is crucial for maintaining the marina's functionality and improving the experience for recreational users, as the existing dock slip covers were installed in 2020. Interested contractors should note that the project is set aside for small businesses and will require compliance with safety and environmental standards, including a pre-bid site visit. For further inquiries, potential bidders can contact Bradley Metler at BradleyMetler@nps.gov, with the Invitation for Bid anticipated to be posted around May 2, 2025.
Z--LL CAMPGROUND EXPANSION AND IMPROVEMENTS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the expansion and improvements of the Lower Lehman Campground at Great Basin National Park in Baker, NV. The project entails enhancing existing non-compliant campsites, expanding the campground entry, constructing a new paved roadway, and installing necessary infrastructure such as storm culverts and vault toilets. This initiative is crucial for improving visitor access and experience at the campground, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses must ensure they have a Unique Entity ID and be registered in the System for Award Management (SAM) by the solicitation close date, with the official solicitation expected to be released around May 5, 2024. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
F--Dune Climb Well Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, MI. This project involves drilling a new well approximately 90 feet deep, connecting it to the comfort station water system, and abandoning the old well in compliance with local regulations. The contract, valued between $25,000 and $100,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early July 2015, and performance commencing in July 2025. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details, and are encouraged to attend a site visit to better understand the project requirements.
Y--Repave Willow Beach Road
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit bids for the repaving of Willow Beach Road located in the Lake Mead National Recreation Area, Arizona. The project aims to rehabilitate and reconstruct a deteriorated two-lane asphalt roadway, enhancing safety and minimizing maintenance costs associated with past flood damage. Willow Beach serves as a popular recreational destination, providing access to various amenities for visitors, and the road's current condition necessitates urgent improvements. The estimated contract value ranges from $1 million to $5 million, with a performance period of 150 calendar days anticipated to commence following the solicitation's expected release around May 2025. Interested vendors should contact Michelle Bennett at michellebennett@nps.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) to participate.
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.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
Z--Replace Radio Tower and Concrete Foundation - Lake Mead National Recreation Are
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of a communications tower and concrete foundation at the Mount Perkins Communications Site within the Lake Mead National Recreation Area in Arizona. The project involves the removal of an existing 20-foot tall tower, the installation of a new 40-foot self-supporting tower, and the construction of a new concrete foundation, along with the necessary attachments and cable bridge. This initiative aims to enhance communication capabilities in a national park setting while adhering to strict safety, quality, and environmental standards. Interested parties are encouraged to submit their capability and interest statements to Bradley Metler at bradleymetler@nps.gov, as this is currently a Sources Sought Notice with an anticipated Invitation for Bid to be posted soon. The contract performance period is expected to last 120 calendar days following the notice to proceed.