PEVI - Generator Services
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 Park Service, Department of the Interior, is soliciting quotes for PEVI - Generator Services at Perry's Victory and International Peace Memorial, Put-in-Bay, Ohio. This Total Small Business Set-Aside opportunity, issued as an RFQ (140P6026Q0012), requires annual preventative maintenance, inspections, certification, and load bank testing for generators and transfer switches. Quotes are due March 31, 2026.
Scope of Work
The contractor will provide Inspection, Maintenance, and Testing (IMT) services for two emergency backup generators (Cummins and Caterpillar models) and their associated transfer switches. Services include comprehensive maintenance of generator systems (cooling, electrical, air, lubrication, fuel) and transfer switch components (inspection, operation verification, contact dressing, insulation resistance testing, contact resistance testing, and simulation of automatic transfer conditions). Annual load bank testing, a minimum of 2 hours at 80% or greater load capacity per generator, is required to prevent wet stacking. All work must adhere to industry standard practices and manufacturer specifications, with written certification provided.
Contract Details
This is a Request for Quotation (RFQ), 140P6026Q0012, prepared as a combined synopsis/solicitation for commercial items under FAR Part 13 Simplified Acquisitions. The resulting contract will be a Firm-Fixed Price commercial award. The Period of Performance includes a base year (June 1, 2026 - May 31, 2027) and four option years, for a potential total of five years. The Place of Performance is Perry's Victory and International Peace Memorial, Put-in-Bay, OH. This requirement is a Total Small Business Set-Aside under NAICS Code 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) with a $12.5M size standard. The Product/Service Code is H961.
Submission & Evaluation
Quotes are due by March 31, 2026, at 11:00 AM CD, and must be submitted electronically to adam_kircher@ios.doi.gov. Questions regarding the solicitation must be sent to the same email by March 25, 2026, at 11:00 AM CD. Offerors must include a completed SF18, a project narrative demonstrating capability, three prior relevant project experiences with contact information, resumes, a completed Price Schedule (Attachment 3), and Contractor Core Data. Award will be made to the responsible offeror providing the best value to the Government, considering price, technical factors, and prior experience. Offerors must be registered in the System for Award Management (SAM) under the specified NAICS code.
Important Notes
Key attachments include the Scope of Work, an SCA Wage Determination (critical for labor cost planning), and the Price Schedule. Contractors must coordinate with the COR/CO for work scheduling and utility interruptions, adhere to specified work hours, and comply with site conduct, safety (NFPA/OSHA), and utility damage prevention regulations. Electronic invoicing and payment will be processed through the Invoice Processing Platform (IPP).