JOHN DAY FOSSIL BEDS REPLACE 600A PANEL
ID: 140P8325R0020Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a 600A electrical panel at the John Day Fossil Beds National Monument in Kimberly, Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide all necessary labor, materials, supervision, and equipment to safely de-energize, remove, and dispose of the existing panel, and install a new service entrance-rated panel with specified circuit breakers and accessories. The upgrade is crucial for enhancing the safety, reliability, and compliance of the facility's electrical infrastructure. Proposals are due by August 28, 2025, at 12:00 local time, and interested parties can contact Michael Abner at michael_abner@nps.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    RFQ #140P8325R0020 seeks proposals for the replacement of a 600 amp Main Distribution Panel (MDP) at the John Day Fossil Beds National Monument Maintenance Facility. The project involves safely de-energizing, removing, and disposing of the existing 600 amp single-phase MDP and three unit heater disconnects. The scope includes installing a new 600 amp, 120/240 volt, single-phase, 3-wire, service entrance-rated MDP with specified circuit breakers, all NEMA 1 rated. The contractor must provide and install all necessary conduit, wiring, grounding, and accessories, ensuring clear circuit labeling. Comprehensive testing of the new panel and breakers, including voltage verification and insulation resistance, is required, with a final commissioning report submitted to park staff. Documentation such as cut sheets, product submittals, as-built drawings, and warranty documents are also deliverables. All work must comply with the National Electrical Code, OSHA regulations, and relevant local, state, and federal requirements. The contractor must be a licensed electrical contractor in Oregon, coordinate with Columbia Power Cooperative and the JODA Facility Manager, and complete the project within 60 calendar days from the Notice to Proceed. This upgrade aims to enhance safety, reliability, and code compliance for the facility's electrical demands.
    RFQ #140P8325R0020 is a Request for Quotation issued by the John Day Fossil Beds National Monument. The purpose of this RFQ is to procure services for the replacement of a 600A Electrical Panel. This indicates a federal government procurement initiative aimed at upgrading infrastructure within a national monument.
    RFQ #140P8325R0020 seeks proposals for replacing a 600A Electrical Panel at the John Day Fossil Beds National Monument. The project is governed by Federal Acquisition Regulation (FAR) 36.211(b), which mandates agencies to provide information on policies and procedures for definitizing equitable adjustments for change orders in construction contracts. Further details regarding these policies and the timeframes for definitization can be found on the Department of the Interior's website.
    RFQ #140P8325R0020, issued by the John Day Fossil Beds National Monument, outlines the requirements for contractors to replace a 600A Electrical Panel. This Request for Quotes (RFQ) emphasizes the importance of providing a
    Amendment 0001 to solicitation 140P8325R0020 corrects an administrative error within the document. Specifically, Section M(b)(i) has been revised from "Use of qualified, trained and certified metal roof installers" to "Use of qualified, trained and certified electricians." This modification ensures the solicitation accurately reflects the required qualifications for the project. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The amendment emphasizes the importance of acknowledging receipt of this change by the specified deadline to avoid rejection of offers, providing methods for acknowledgment including returning signed copies of the amendment or submitting separate electronic communication.
    This government solicitation (RFP No. 140P8325R0020) by the National Park Service (NPS) seeks proposals to replace a 600A electrical panel at the John Day Fossil Beds National Monument in Kimberly, OR. The project, designated as a small business set-aside for construction, alteration, or repair, requires the contractor to provide all necessary labor, materials, supervision, and equipment in accordance with the attached Statement of Work. Key details include a mandatory performance start within 15 calendar days of receiving the notice to proceed, with completion required within 60 calendar days. The period of performance is from September 15, 2025, to November 15, 2025. Offers are due by August 28, 2025, at 12:00 local time. The solicitation outlines various contract clauses covering minimum wages, sustainable products, liability insurance, and warranty of construction, emphasizing compliance with federal regulations and electronic invoicing via the IPP system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Industry Day Announcement for The Dalles transformers 9,10,11 repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is hosting an Industry Day to discuss the repair of transformers 9, 10, and 11 at The Dalles Dam in Oregon. The objective is to gather industry input on construction risks and capabilities related to the repair and improvement of these critical electrical components, which are essential for maintaining the dam's operational integrity. This event will provide an overview of the project scope, environmental considerations, and opportunities for networking, with a focus on enhancing contractor understanding of USACE's specifications and requirements. Interested firms must RSVP by December 12, 2025, to participate in the virtual meeting scheduled for January 29, 2026, and can contact Joseph B. Jarvis at joseph.b.jarvis@usace.army.mil for further details.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading and modifying the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety of the electrical infrastructure. This procurement is a total small business set-aside, with a performance period anticipated from September 24, 2025, to May 1, 2026, and offers are due by December 9, 2025, at 1700 ET. Interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Preparation of National Park Service National Register of Historic Places Nomination 10-900 Form for the Sand Island Military Reservation located in Clatsop County, Oregon
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to prepare a National Park Service National Register of Historic Places Nomination Form (NPS 10-900) for the Sand Island Military Reservation located in Clatsop County, Oregon. The objective of this procurement is to evaluate the historical significance of the Sand Island Military Reservation and to prepare the necessary documentation for its eligibility for the National Register of Historic Places, as part of a mitigation effort outlined in a Memorandum of Agreement with the Oregon State Historic Preservation Office. This project is crucial for preserving cultural resources impacted by USACE projects in the region, and the selected contractor will be responsible for conducting background research, drafting nomination forms, and providing monthly progress reports over a performance period of 365 days. Proposals are due by December 8, 2025, at 2:00 PM PT, and interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further information.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    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--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.