CA-SACRAMENTO NWR HQ RETRO-COMMISSIONING

SOL #: 140FS126Q0050Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 11, 2026
2
Submission Deadline
Mar 26, 2026, 6:00 PM

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.

People

Points of Contact

Frank, TannerPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 11, 2026
CA-SACRAMENTO NWR HQ RETRO-COMMISSIONING | GovScope