J--LAKE25-101-CC LIFT STATION PUMP REPAIR

SOL #: 140P8125Q0031Solicitation

Overview

Buyer

Interior
National Park Service
PWR GOGA(86000)
SAN FRANCISCO, CA, 94123, United States

Place of Performance

Place of performance not available

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Pumps And Compressors (J043)

Set Aside

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

Timeline

1
Posted
Jun 3, 2025
2
Last Updated
Jun 4, 2025
3
Submission Deadline
Jun 6, 2029, 7:00 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 Department of the Interior, National Park Service is seeking proposals for Lift Station Pump Repair services at the Lake Mead National Recreation Area. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract to refurbish two (2) Grundfos submersible sewer lift station pumps. Quotes are due June 6, 2025, at 12:00 PM PDT.

Scope of Work

The contractor will be responsible for cleaning, disassembling, repairing, reassembling, and testing two Grundfos P/N 99791050 SEV.30.A30.420.2.52H.C.EX.61R.A submersible sewer lift station pumps. This includes replacing mechanical seals and installing new wiring if necessary. The pumps experienced seal failure alarms, and one requires a new control wire. The repair shop must be located within 350 driving miles of the NPS warehouse in Boulder City, NV, with NPS handling pump pick-up and drop-off. Contractors must notify the COR/CO for any additional repairs beyond the stated scope.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 237110 (Construction of Water and Sewer Lines)
  • Size Standard: $45 million
  • Product Service Code: J043 (Maintenance, Repair And Rebuilding Of Equipment: Pumps And Compressors)
  • Period of Performance: July 8, 2025, to August 8, 2025
  • Wage Determination: Service Contract Act (SCA) Wage Determination for Clark County, NV, applies, outlining minimum wage rates, fringe benefits, and requirements under Executive Orders 14026, 13658, and 13706.

Submission & Evaluation

  • Quotes Due: June 6, 2025, at 12:00 PM Pacific Daylight Time
  • Submission Method: Email to Cris_Stubitz@nps.gov
  • Required Documents: Completed checklist, signed SF 1449, acknowledgments of all amendments, completed provisions, a price schedule, and contractor core data (Name, Address, UEI, POC, Phone/Email).
  • Evaluation: Award will be made to the responsive and responsible quoter providing the lowest price quote.
  • Notes: All interested parties must be registered in SAM. Amendment 1 provides answers to bidder questions, clarifying pump issues and turnaround time (3-6 weeks).

Contact Information

People

Points of Contact

Stubitz, MariaPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Jun 4, 2025
Version 1
Solicitation
Posted: Jun 3, 2025
View