NWS Generator Prev Maint Miami&Key West
SOL #: 1305M326Q0089Combined Synopsis/Solicitation
Overview
Buyer
Commerce
National Oceanic And Atmospheric Administration
DEPT OF COMMERCE NOAA
SEATTLE, WA, 98115, United States
Place of Performance
Place of performance not available
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment (J041)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 25, 2026
2
Submission Deadline
Apr 7, 2026, 4:00 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 National Oceanic and Atmospheric Administration (NOAA) is soliciting quotes for Generator Preventative Maintenance and Emergency Repair Services for Weather Forecast Offices (WFO) and Weather Surveillance Radar (WSR) sites in Miami and Key West, Florida. This is a Total Small Business Set-Aside opportunity for non-personal services, with a Firm Fixed-Price purchase order anticipated. Quotes are due by April 7, 2026, at 10:00 AM MDT.
Scope of Work
The contractor will provide all labor, equipment, and materials for:
- Preventative Maintenance: For multiple diesel-powered electric generators (Cummins, Kohler, Onan) located at the Miami WFO, Miami WSR, Key West WFO, and Key West WSR.
- Emergency Repair Services: For the same diesel generators at these locations. The Statement of Work applies to the base year and all option years.
Contract Details
- Contract Type: Firm Fixed-Price purchase order, awarded on an all-or-none basis.
- Period of Performance:
- Base Year: June 1, 2026 – May 31, 2027
- Option Year 1: June 1, 2027 – May 31, 2028
- Option Year 2: June 1, 2028 – May 31, 2029
- Set-Aside: Total Small Business Set-Aside (NAICS 811310, size standard $12.5 Million).
- Incumbent: The previous contract was awarded to BAMAJACK, LLC for $7,853.24 for one year. Offerors are advised to thoroughly review the current Statement of Work.
- Place of Performance: Miami, FL (WFO and WSR) and Key West, FL (WFO and WSR).
Submission & Evaluation
- Submission Deadline: April 7, 2026, 10:00 AM MDT.
- Submission Method: Email PDF or Microsoft Word format quotations to Kerri.Coffey@noaa.gov. Contractors must request and receive confirmation of quote receipt.
- Required Documents: Signed SF 18 and SF 30(s).
- Eligibility: Offerors must have an active SAM registration and provide their UEID/CAGE CODE.
- Evaluation Criteria: Offers will be evaluated based on Technical Acceptability/Capability, Past Performance, and Price. Award will be made to the responsible offeror with the low-priced, technically acceptable offer. Technical capability requires a statement demonstrating capability, relevant experience (within two years), and understanding of the requirement, not a reiteration of the SOW.
- Questions Due: All questions must be submitted in writing via email to Kerri.Coffey@noaa.gov by April 2, 2026.
Additional Notes
- A site visit is highly recommended but not required. Contact Tommy.Young@noaa.gov or Charlie.Coffman@noaa.gov to schedule.
- Contract administration will utilize the FedConnect® web portal.
- Applicable wage determinations are WD 2015-4543 and WD 2015-4583.
People
Points of Contact
COFFEY, KERRIPRIMARY
Files
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026