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 soliciting quotations for Preventative Maintenance and Emergency Repair Services for Diesel Generators at 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. Quotations are due by Wednesday, April 15, 2026, at 10:00 AM MDT.
Scope of Work
This requirement is for non-personal services, including all labor, equipment, and materials, for the preventative maintenance and emergency repair of diesel-powered electric generators. Specific generators include Cummins, Kohler, and Onan models located at:
- Miami, FL: Weather Forecast Office (3 Cummins generators) and Weather Surveillance Radar (1 Kohler generator).
- Key West, FL: Weather Forecast Office (1 Onan generator) and Weather Surveillance Radar (1 Kohler generator).
Contract Details
- Contract Type: Firm-fixed-price purchase order, awarded on an all-or-none basis.
- Set-Aside: Total Small Business Set-Aside (NAICS 811310, size standard $12.5 Million).
- 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
- The start date is an estimate and subject to funding approval. A shortened base year or updated quote may be requested if delays occur.
Submission & Evaluation
- Quotations Due: Wednesday, April 15, 2026, 10:00 AM MDT.
- Submission Method: Electronically via email to Kerri.Coffey@noaa.gov in PDF or Microsoft Word format. Include signed SF 18 and SF 30(s).
- Eligibility: Offerors must have an active SAM registration and provide their UEID/CAGE CODE.
- Evaluation Criteria: Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a low-priced, technically acceptable approach. Evaluation factors include:
- Technical Acceptability/Capability: Demonstrate capability to perform the SOW, relevant experience (past two years), and understanding of requirements (not a reiteration of SOW).
- Past Performance: Evaluated based on successful performance, quality, timeliness, cost management, communication, and customer satisfaction. Government may use various sources.
- Price: Government intends to award a single firm fixed-price purchase order.
Key Dates & Contacts
- Questions Due: Thursday, April 9, 2026, via email to Kerri.Coffey@noaa.gov.
- Site Visit: Highly recommended but not required. Contact Tommy.Young@noaa.gov or Charlie.Coffman@noaa.gov to schedule.
- Contracting Officer: Kerri Coffey (Kerri.Coffey@noaa.gov, 303-578-6861).
Additional Notes
Offerors are urged to thoroughly review the Statement of Work and consider a site visit. The incumbent contract was awarded to BAMAJACK, LLC for $7,853.24 for one year, but the SOW may have been modified. Contract administration will utilize FedConnect®.