R--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 U.S. Fish and Wildlife Service (FWS), SAT Team 1, under the Department of the Interior, has issued a Solicitation for Retro-Commissioning Services at the Sacramento National Wildlife Refuge (NWR) Headquarters/Visitor Center in California. The objective is to enhance energy efficiency and reduce operational costs. This is an unrestricted acquisition. Offers are due by May 1, 2026, at 1:00 PM Central Time.
Scope of Work
The contractor will provide comprehensive retro-commissioning services, structured into four key tasks:
- Task 1: Current Conditions Assessment: Review existing systems and documentation, document baseline operating conditions, and conduct an unoccupied mode observation. Deliverables include meeting notes, a draft, and a final assessment report.
- Task 2: Develop Retro-Commissioning Plan: Create a detailed plan for testing and reporting, covering equipment/systems, calibration, maintenance checks, diagnostic monitoring, functional tests, and an implementation schedule. Deliverables include a draft and final Rx Plan.
- Task 3: Perform Calibration and Maintenance Checks: Implement diagnostic monitoring, execute functional tests, optimize control systems, and identify operational/maintenance enhancements. Deliverables include meeting notes, 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 conducted, identified improvements (with cost/energy impact estimates), and current system operation sequences. Deliverables include a draft and final Rx report, and proposed updates to the Owner's and Maintenance Manual. The solicitation also includes minor as-needed follow-on services.
Contract Details
- Contract Type: Firm-Fixed Price Contract, with work order hourly rates for certain services.
- Period of Performance:
- Item 00010 (Retro Commissioning Inspection): May 1, 2026, to June 30, 2026.
- Item 00020 (Minor Repairs or Follow-on Services): April 30, 2026, to June 30, 2026.
- NAICS Code: 541330 (Engineering Services)
- PSC Code: R425 (Engineering And Technical Services)
Eligibility & Set-Aside
This is an unrestricted acquisition, open to all responsible sources. Offerors must possess an active SAM.gov registration without exceptions. Prime contractors utilizing subcontractors must provide their information upon request.
Submission & Evaluation
- Submission Method: All offers must be submitted via email to Tanner_Frank@IOS.DOI.gov. Telephone calls are not accepted.
- Submission Deadline: May 1, 2026, at 1:00 PM Central Time.
- Evaluation Criteria: Award will be based on the best value to the government, considering price and the following factors:
- Factor 1: Technical Approach: Soundness, compliance, and understanding of requirements.
- Factor 2: Project Schedule: Scheduling capabilities, delay handling, and resource management.
- Factor 3: Relevant Experience: Description of similar projects completed in the past five years.
- Factor 4: Past Performance: Information on the team's past performance on similar services.
Key Clarifications & Notes
- Site Visit: A site visit can be scheduled upon request. Interested parties should RSVP to Sharon_vaughn@fws.gov. Current System Plans and Building Drawings will be provided during the visit. The site visit location is Sacramento NWR Visitor Center, 752 County Road 99W, Willows, CA 95988.
- Lead Commissioning Agent Qualifications: Acceptable qualifications include 25+ years HVAC/BAS background, documented 5+ years of hands-on maintenance/repair, a BS/MS in Mechanical Engineering plus 5+ years of experience, or "significant" commissioning experience defined as at least 5 years.
- Onsite Controls Technician: No dedicated onsite controls technician is available, but existing staff has login access for Metasys configuration and trending.
- Required Documents: Offerors must complete the SF-1449 form, any amendments, a filled-out Bid Schedule, and provide their Unique Entity ID from SAM.gov.