J--NWS Generator Prev Maint Miami&Key West
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 Oceanic and Atmospheric Administration (NOAA) is seeking proposals 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 combined synopsis/solicitation (RFQ) for non-personal services. The acquisition is a Total Small Business Set-Aside.
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 services are non-personal and must be performed in accordance with the Statement of Work.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Purchase Order, awarded on a low-priced, technically acceptable, 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
- Note: The start date is an estimate and subject to funding approval. A shortened base year may be utilized if delays occur.
- Set-Aside: Total Small Business Set-Aside (NAICS 811310, size standard $12.5 Million).
- Questions Due: Thursday, April 9, 2026.
- Quotes Due: Monday, April 13, 2026, by 10:00 AM MDT.
Evaluation Criteria
Offers will be evaluated based on:
- Technical Acceptability/Capability (Pass/Fail): Offerors must demonstrate capability and understanding of the SOW, including relevant experience within the past two years.
- Past Performance: Evaluated based on successful contract performance, quality, timeliness, cost management, communication, and customer satisfaction.
- Price: The Government intends to award to the responsible offeror whose offer is most advantageous, considering price and other factors. Options will be evaluated by adding their total price to the base.
Submission Requirements
Quotes must be submitted electronically via email to Kerri.Coffey@noaa.gov in PDF or Microsoft Word format. Submissions must include signed copies of the SF 18 and SF 30(s). Offerors must have an active registration in SAM.gov and provide their UEID/CAGE CODE. Confirmation of quote receipt should be requested by the offeror.
Additional Notes
- A site visit is highly recommended but not required. To schedule, contact Tommy.Young@noaa.gov or Charlie.Coffman@noaa.gov.
- Contract administration will utilize the FedConnect® web portal.
- Department of Labor Wage Rates (WD 2015-4543, WD 2015-4583) apply and are available on SAM.gov.