CA-SACRAMENTO NWR HQ RETRO-COMMISSIONING
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting proposals for Retro-Commissioning Services at the Sacramento National Wildlife Refuge (NWR) Headquarters in California. This unrestricted Firm-Fixed Price contract aims to improve energy efficiency and reduce operational costs. Quotes are due March 26, 2026, at 1:00 PM Central Time.
Scope of Work
The opportunity requires comprehensive retro-commissioning services, including minor as-needed follow-on services. Key tasks include:
- Task 1: Current Conditions Assessment: Review existing systems, document baseline operating conditions, and observe unoccupied modes. Deliverables include meeting notes and a final assessment report.
- Task 2: Develop Retro-Commissioning Plan: Create a detailed plan for testing and reporting, covering equipment, calibration, maintenance checks, diagnostic monitoring, functional tests, and an implementation schedule.
- Task 3: Perform Calibration and Maintenance Checks: Implement diagnostic monitoring, conduct functional tests, optimize control systems, and identify operational/maintenance enhancements. Deliverables include daily reports, test reports, and a list of improvement opportunities.
- Task 4: Retro-Commissioning Final Report and Recommendations: Compile a comprehensive report with an executive summary, project background, activities, identified improvements with cost/energy impact estimates, and proposed updates to Owner's and Maintenance Manuals.
Contract Details
- Contract Type: Firm-Fixed Price Contract with work order hourly rates.
- NAICS Code: 541330 (Engineering Services)
- PSC Code: R425 (Engineering And Technical Services)
- Period of Performance: 90 days from Notice-To-Proceed.
- Set-Aside: Unrestricted. All responsible small business sources may submit a quote.
Submission & Evaluation
- Submission Method: Offers must be submitted via email to Tanner_Frank@IOS.DOI.gov. Telephone calls are not accepted.
- Key Deadlines:
- Requests for Information (RFIs) Due: March 20, 2026, 1:00 PM Central Time.
- Quotes Due: March 26, 2026, 1:00 PM Central Time.
- Delivery Date: April 30, 2026.
- Evaluation Criteria: Award will be based on best value, considering price and other factors:
- Factor 1: Technical Approach (soundness, compliance, understanding).
- Factor 2: Project Schedule (capabilities, delay handling, resource management).
- Factor 3: Relevant Experience (similar projects in the past five years).
- Factor 4: Past Performance (team's past performance on similar services).
Additional Notes
Offerors must have an active SAM.gov registration. Site visits can be scheduled upon request by RSVPing to Sharon_vaughn@fws.gov. Please read the entire Request for Quotation (RFQ) and all attachments prior to submitting a quote.