GAOA North Zone Housing Repairs: Generator and Battery Replacement

SOL #: 1240BH26Q0011Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
WALLOWA WHITMAN NATIONAL FOREST
BAKER CITY, OR, 97814, United States

Place of Performance

OR

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Repair Or Alteration Of Other Non Building Facilities (Z2PZ)

Set Aside

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

Timeline

1
Posted
Mar 31, 2026
2
Submission Deadline
Apr 16, 2026, 11:00 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 USDA Forest Service, Wallowa Whitman National Forest, has issued a Combined Synopsis/Solicitation (RFQ 1240BH26Q0011) for GAOA North Zone Housing Repairs: Generator and Battery Replacement. This project involves replacing off-grid battery storage systems, backup generators, and optionally, photovoltaic collectors and a well pump generator at the Wallowa Mountains Ranger District in Oregon. This is a Total Small Business Set-Aside. Quotations are due April 16, 2026, by 1600 local time.

Scope of Work

The primary objective is to remove and replace existing off-grid electrical systems. Key requirements include:

  • Battery Storage Replacement: Remove existing PowerSafe DDm100-25 (1200 Ah) and install a new system of 1200 Ah or greater (lead acid or Lithium Iron Phosphate), compatible with the SolArk 15k LV charge controller.
  • Backup Generator Replacement: Replace the existing Winco PSS30F4-03/1 28kW propane generator with a new 28kW propane generator, ideally with autostart compatibility with the SolArk controller.
  • Optional Photovoltaic (PV) Array Replacement: Remove, dispose of, and replace two existing 2400 Watt PV array systems, including racking and wiring. This also involves testing existing PV panels and replacing damaged ones.
  • Optional Well Pump Generator Replacement: Pour a concrete pad and replace the existing generator with a 15kW propane generator with AutoStart capability.
  • Ancillary Requirements: Equipment cleaning to prevent weed/seed contamination, prevention of water contamination from petroleum, and adherence to noxious weed prevention measures.

Contract Details

  • Contract Type: Firm-Fixed Price.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 238210 (Electrical Contractors), with a small business size standard of $19 million.
  • Period of Performance: Work must commence within 14 calendar days of the Notice to Proceed (NTP) and be completed within 60 days of NTP. The estimated start date is May 4, 2026.
  • Magnitude: The aggregate magnitude of construction for all items is under $150,000.
  • Bonds: A 100% Payment Bond is required for awards exceeding $35,000. Performance and payment security must be retained by the Government for a minimum of one year after acceptance.
  • Wage Determination: Bidders must adhere to the prevailing wage rates and fringe benefits outlined in General Decision Number OR20260080 for Heavy Construction in specific Oregon counties.

Submission & Evaluation

  • Submission Deadline: April 16, 2026, by 1600 local time.
  • Submission Method: Email quotations to darcy.rapoza@usda.gov with the subject line "1240BH26Q0011". No hard-copy originals are required.
  • Required Documents:
    • Signed Standard Form 1442 (blocks 14-20c completed).
    • Attachment 1 – Schedule of Items.
    • Attachment 5 – Response to Evaluation Criteria (including Attachment 7 – Past Performance Form).
    • Acknowledgement of solicitation amendments (if any) via signed SF-30(s).
  • Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, evaluated in accordance with FAR 12.203. The evaluation method is Lowest Price Technically Acceptable (LPTA). Only the lowest priced offer will be evaluated for Technical Acceptability and Past Performance.
    • Technical Acceptability: Rated "acceptable" or "unacceptable" based on meeting requirements, demonstrating understanding, and providing previous experience (narrative, years, skills, licensing, subcontractor info).
    • Past Performance: Evaluated based on provided references (using optional Attachment 7), USDA contracts, CPARS, or other Federal Government sources.
  • Offer Acceptance Period: Minimum of 60 days.
  • Site Visit: No formal site visit is planned, but contractors are encouraged to visit the location prior to quoting.
  • Post-Award Conference: An online conference via Microsoft Teams will be held approximately 15 business days after contract award.

Contact Information

For inquiries, contact Darcy J Rapoza at darcy.rapoza@usda.gov.

People

Points of Contact

Darcy J RapozaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
GAOA North Zone Housing Repairs: Generator and Battery Replacement | GovScope