Gillig Bus Repairs for Yosemite NP
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), under the Department of Interior, is seeking proposals for Gillig Bus Repairs for Yosemite National Park. This 100% Total Small Business Set-Aside opportunity requires transportation, diagnostic, and repair services for Gillig manufactured diesel-electric hybrid buses. The government intends to award a single Firm Fixed-Price contract. Quotes are due by May 29, 2026, at 5:00 P.M. Pacific Time.
Scope of Work
This solicitation covers comprehensive diagnostic, repair, and corrective maintenance services for six Gillig shuttle buses supporting Yosemite National Park. The contractor will be responsible for furnishing all labor, tools, equipment, materials, OEM parts, transportation, and incidentals. Key requirements include:
- Transportation: Pickup and delivery of buses to and from the Yosemite Garage.
- Diagnostics: Full diagnostic assessments, confirmation of identified issues, and identification of additional problems, with written inspection reports for NPS approval.
- Repair: Disassembly, repair, rebuilding, or replacement of components according to Gillig service manuals and technical bulletins, using OEM-approved parts.
- Testing: Comprehensive post-repair testing, including operational checks, diagnostic scans, and controlled road testing, to verify functionality and provide a certificate of compliance. All repairs must be performed by a Gillig-authorized service partner or factory-certified technician at an authorized Gillig repair facility. Mobile or field repairs are generally not permitted without prior written approval, and subcontracting to non-authorized facilities is prohibited.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Contract Type: Single Firm Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811114 (Automotive Repair and Maintenance)
- Small Business Size Standard: $9.0 million in average annual receipts
- Period of Performance: June 15, 2026, to December 31, 2026
- Place of Performance: Authorized Gillig repair facility; pickup/delivery at Yosemite Garage, 9002 Village Drive, Yosemite Valley, CA 95318.
- Quotes Due: May 29, 2026, by 5:00 P.M. Pacific Time
- Questions Due: May 19, 2026, by 1:00 P.M. Pacific Time
- Published Date: May 4, 2026
Evaluation Factors
Offers will be evaluated based on:
- Price
- Technical Capability
- Past Performance
Submission Requirements
Quotes must be submitted via email only. Key submission items include:
- Completed SF 1449 and SF 30 (if applicable).
- A project narrative demonstrating capability.
- Information on the Gillig authorized service shop or certified technician(s).
- Three prior project experiences of similar size and scope.
- Contractor Core Data (Name, Address, UEI, POC, Phone/Email). Offerors must be registered in the System for Award Management (SAM). Questions must be emailed to lisa_henson@ios.doi.gov, referencing solicitation number 140P8526Q0034.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. A 15% contingency for unforeseen damages or repairs must be included in the pricing. The Department of Labor Wage Determination for Mariposa County, CA (No. 2015-5661, Rev. 30) applies. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).