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 Department of Commerce, 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 opportunity, identified as RFQ 1305M326Q0089, is a Total Small Business Set-Aside. Quotes are due by Monday, April 20, 2026, at 10:00 AM MDT.
Scope of Work
This requirement is for non-personal services, including all labor, equipment, and materials, to provide preventative maintenance and emergency repair services for diesel-powered electric generators. Specific locations and generator types include:
- Miami WFO: 3 Cummins diesel generators
- Miami WSR: 1 Kohler diesel generator
- Key West WFO: 1 Onan diesel generator
- Key West WSR: 1 Kohler diesel generator The Statement of Work (SOW) details the full requirements, and offerors are strongly encouraged to review it thoroughly and conduct a site visit.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Purchase Order, awarded on a low-priced, technically acceptable, all-or-none basis.
- Period of Performance: A base year from June 1, 2026, to May 31, 2027, with two subsequent one-year option periods. The start date is an estimate and subject to funding approval, potentially leading to a shortened base year or updated quotes.
- Set-Aside: Total Small Business Set-Aside (NAICS 811310, $12.5 Million size standard).
- Quote Due Date: Monday, April 20, 2026, at 10:00 AM MDT.
- Incumbent: The previous contract was awarded to BAMAJACK, LLC for $7,853.24 for one year.
Submission & Evaluation
Quotes must be submitted electronically in PDF or Microsoft Word format to Kerri.Coffey@noaa.gov. Submissions must include signed copies of the SF 18 and any SF 30(s) amendments. Offerors must have an active registration in SAM.gov and provide their UEID/CAGE CODE. Evaluation will be based on:
- Technical Acceptability/Capability (Pass/Fail): Demonstrated capability to perform the SOW, relevant experience (past two years), and understanding of requirements. Must not be a reiteration of the SOW.
- Past Performance: Evaluated based on successful performance, quality, timeliness, cost management, communication, and customer satisfaction. Government may use various sources.
- Price: Award will be made to the responsible offeror with the most advantageous, low-priced, technically acceptable offer.
Additional Notes
- Site Visit: Highly recommended but not required. Contact Tommy.Young@noaa.gov or Charlie.Coffman@noaa.gov to schedule. Questions during site visits must be submitted electronically to Kerri.Coffey@noaa.gov.
- Questions: All questions must be submitted in writing via email to Kerri.Coffey@noaa.gov. The deadline for questions was Thursday, April 9, 2026.
- Contract Administration: The Department of Commerce will utilize the FedConnect® web portal (https://www.fedconnect.net/Fedconnect/) for contract administration. Contractors must be registered and have access.
- Wage Rates: Applicable Department of Labor Wage Rates (WD 2015-4543 and WD 2015-4583) are referenced and available on SAM.gov.