New Flyer 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), on behalf of Yosemite National Park, is soliciting quotes for New Flyer Bus Repairs. This Combined Synopsis/Solicitation (RFQ 140P8526Q0035) seeks a firm-fixed-price contract for the transportation, diagnostic, and repair of New Flyer manufactured diesel-electric hybrid buses. This is a 100% Total Small Business Set-Aside. Quotes are due by May 29, 2026, at 5:00 P.M. Pacific Time (PT).
Scope of Work
The contractor will provide all labor, tools, equipment, materials, OEM parts, transportation, and incidentals for diagnostic, repair, and corrective maintenance services for seven New Flyer shuttle buses. The objective is to restore these buses to a safe, dependable, and fully functional state as recommended by the manufacturer. All repair work, including diagnostics, must be performed by a New Flyer-authorized service partner or factory-certified technician at an authorized New Flyer repair facility; mobile or field repairs are not permitted without prior written approval. Subcontracting to non-authorized facilities is strictly prohibited. Pickup and delivery of buses will occur at Yosemite Garage, 9002 Village Drive, Yosemite Valley, California.
Contract Details
- Contract Type: Firm-Fixed-Price
- Product Service Code: J025 (Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components)
- NAICS Code: 811114 (Automotive Body, Paint, and Interior Repair and Maintenance)
- Small Business Size Standard: $9.0 million in average annual receipts
- Set-Aside: 100% Total Small Business Set-Aside
- Period of Performance: Date of award through December 31, 2026
- Warranty: Overhauled engines require a 2-year/100,000-mile warranty. Full coverage for defects in materials/workmanship and prompt replacement/repair of major issues are required. Pass-through of longer OEM warranties is mandatory.
- Pricing: Quotes must include an additional 15% of the project cost for unforeseen damages or repairs, as per the Statement of Work.
Submission & Evaluation
Offerors must submit quotes electronically via email to lisa_henson@ios.doi.gov. Registration in the System for Award Management (SAM) is required. The government intends to award a single firm-fixed-price contract to the responsible Offeror whose proposal is most advantageous, considering price, technical capability, and past performance. Bidders must utilize the provided "Quote and Price Schedule" (Attachment 01) for itemized pricing and ensure compliance with the Department of Labor Wage Determination for Mariposa County, California.
Key Dates
- Questions Due: May 19, 2026, by 1:00 P.M. PT
- Quotes Due: May 29, 2026, by 5:00 P.M. PT
Attachments
Key attachments include the Statement of Work, Quote and Price Schedule, and the Department of Labor Wage Determination.