J--COLONIAL NHP - REPLACE BACKHOE ENGINE
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 National Park Service (NPS) Colonial National Historical Park (COLO) is conducting a Sources Sought to identify qualified contractors for engine replacement services for a 2008 JCB Backhoe Model 3CX (15FT). This market research aims to develop an acquisition strategy and determine potential set-asides for small businesses and other socioeconomic programs. Responses are due by May 8, 2026.
Scope of Work
The requirement involves providing all labor, tools, equipment, materials, parts, and supervision to replace the non-functioning engine of the JCB backhoe. This includes picking up the equipment from the Yorktown Maintenance Yard, York County, VA, performing the engine replacement (addressing any unforeseen mechanical issues to ensure proper and safe function), and returning the backhoe to the designated location. Contractors must be qualified AND authorized to work on JCB equipment. The work must be completed within 60 business days after award.
Contract Details
- Opportunity Type: Sources Sought (for information and planning purposes only)
- Anticipated Contract Type: Firm Fixed Price
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance)
- Small Business Size Standard: $12,500,000
- Product and Service Code (PSC): J024 (Maintenance/Repair/Rebuild of Equipment – Tractors)
- Place of Performance: Yorktown Maintenance Yard, York County, VA
Submission Requirements
Firms interested in responding must submit a response limited to two (2) pages via email to Jason Albright (Jason_Albright@ios.doi.gov). The submission must include:
- Name and address
- Point of contact (name, phone number, email address)
- CAGE Code and Unique Entity ID
- Business size based on NAICS 811310, and any applicable socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB, SDVOSB).
- Proof of qualification and authorization to work on JCB equipment.
Response Deadline
Responses are due no later than 3:00 PM EDT on May 8, 2026.
Additional Notes
This is not a request for proposal or quotation. The Government will not pay for information submitted. Prior Government contract work is not required. The synopsis and any resulting solicitation will be made available on SAM.gov, and potential offerors are responsible for monitoring the site for updates.