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
Last Updated
May 13, 2026
3
Submission Deadline
Apr 21, 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 is soliciting quotations for GAOA North Zone Housing Repairs: Generator and Battery Replacement in Oregon. This Total Small Business Set-Aside opportunity requires the replacement of off-grid electrical systems, including generators, battery storage, and optionally, photovoltaic collectors. Quotations are due by April 21, 2026, at 1600 PDT.

Scope of Work

This project involves the removal and replacement of existing off-grid electrical systems. Key requirements include:

  • Battery System: Replacement of the existing PowerSafe DDm100-25 system with new Lithium Iron Phosphate batteries (700 Ahr, 33kwhr) with communications capability for the Sol Ark 15k LV charge controller.
  • Backup Generator: Replacement of the existing 28kW generator with a new 28kW propane-fueled generator, featuring autostart compatible with the SolArk controller. The new 3-phase generator must match existing voltages and currents (120/208V | 52A, and 240/416V | 26A).
  • Photovoltaic Collectors (Optional): Removal, disposal, and replacement of two existing 2400 Watt PV array systems. This includes reusing existing 4-inch diameter mounting poles (supporting up to 90 sq ft of solar module) and replacing existing 60-watt modules (8 per array). Testing and potential replacement of individual panels are also included.
  • Well Pump Generator (Optional): Replacement of the existing generator with a 15kW propane generator with AutoStart capability, including pouring a concrete pad.
  • All materials and equipment must be new. Equipment must be cleaned of weeds and seeds before entering the National Forest.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 238210 ($19 million size standard).
  • Product Service Code: Z2PZ (Repair Or Alteration Of Other Non Building Facilities).
  • Period of Performance: Work must commence within 14 calendar days of Notice to Proceed and be completed within 60 days. Estimated start date is May 4, 2026.
  • Quotation Due: April 21, 2026, 1600 Pacific Daylight Time.
  • Published: April 15, 2026 (Amendment 1).

Submission & Evaluation

  • Submission Method: Email quotations to darcy.rapoza@usda.gov. No hard-copy originals required.
  • Required Documents: Signed Standard Form 1442, Attachment 1 (Schedule of Items), Attachment 5 (Response to Evaluation Criteria, including Attachment 7 – Past Performance Form), and acknowledgement of any amendments 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 (previous experience, understanding) and Past Performance (Acceptable, Neutral, Unacceptable).
  • Bonds: A 100% Payment Bond is required for awards exceeding $35,000.

Additional Notes

A site visit is encouraged but not formal. Bidders must comply with the prevailing wage rates outlined in Attachment 6 (Wage Determination OR20260080). A post-award conference will be held online via Microsoft Teams.

People

Points of Contact

Darcy J RapozaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Award Notice
Posted: May 13, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View