PARKWIDE VFD REPLACEMENT
ID: 140P8125Q0017Type: Solicitation
AwardedJun 9, 2025
$127.7K$127,707
AwardeeCOPPER MOUNTAIN SERVICES LLC 2956 BAD GUYS LN Twentynine Palms CA 92277 USA
Award #:140P8125P0018
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
    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 along with an additional 16 spare units, ensuring compatibility with existing equipment and compliance with safety standards. This initiative is crucial for enhancing the operational efficiency of the park's water treatment systems while adhering to federal regulations and minimizing disruption to park activities. Interested small businesses must submit their quotations 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
    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.
    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.
    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.
    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.
    The document is an amendment (0004) to a solicitation regarding the installation of Variable Frequency Drives (VFDs) for a water system project. The amendment serves to provide a compilation of questions and answers regarding the project specifications, ensuring clarity and compliance for potential contractors. Key points outlined include no specific size or enclosure ratings for the VFDs, the contractor’s responsibility for transportation, the compatibility of VFDs with existing equipment, and voltage requirements for various sites. It is stated that all motors will be upgraded to VFDs to enhance protection against electrical disturbances and that existing enclosures can accommodate the new equipment without needing alterations. The deadline for quotations remains May 12, 2025, at 3:00 PM PDT. This amendment emphasizes the government’s effort to clearly communicate project requirements and expectations, thereby facilitating the bidding process for contractors. Overall, the document aims to finalize the solicitation process by clarifying essential technical details and deadlines for interested parties.
    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
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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.
    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.
    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--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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    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.