H--Replace Pump Station 840 Generator, GOGA
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 (NPS), under the Department of the Interior, is soliciting proposals for the replacement of the Pump Station 840 Generator at the Golden Gate National Recreation Area (GGNRA) in Sausalito, California. This is a Total Small Business Set-Aside opportunity. The project involves furnishing, installing, and testing a new diesel generator and associated equipment, including an Automatic Transfer Switch (ATS) as an option. Proposals are due by March 19, 2026, at 2:00 PM PDT.
Scope of Work
The contractor will replace the existing 135kW diesel genset and ATS at Pump Station 840. Key tasks include:
- Furnishing and installing a new 135kW diesel genset (Kohler 135ROZJ equivalent) that meets Tier 4, CARB, and BAAQMD requirements.
- Furnishing and installing a new fuel tank (inside the building, sized for minimum 48-hour runtime).
- Removing and disposing of the existing genset and ATS.
- Replacing the ATS panelboard and providing a new manual transfer switch (MTS).
- Completing all electrical, controls, gas, and mechanical exhaust connections.
- Testing the operation of all new equipment.
- Obtaining necessary BAAQMD permits for the new genset and retirement permits for the old one.
- Providing a temporary backup generator if the system is offline overnight, capable of powering 100hp pumps drawing 125 amps at 480v 3 Phase.
- Ensuring system shutdown does not exceed 90 minutes, or providing sewage truck pumping/transport.
- Providing a one-year warranty on parts and labor.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 238210 - Electrical Contractors (Size Standard: $19,000,000).
- Period of Performance: 365 calendar days after receipt of Notice to Proceed.
- Bonds: Performance bonds required for awards over $35,000; both payment and performance bonds for awards over $150,000.
Submission & Evaluation
- Proposal Due Date: Wednesday, March 19, 2026, at 2:00 PM PDT.
- Submission Method: Electronically via email.
- Evaluation Criteria: Price, Relevant Experience, Past Performance, Technical Approach, and possession of a current and valid California Contractor State License (A, B, or C-10 Electrical Contractor).
- Eligibility: Offerors must be registered in SAM.gov and hold the required California Contractor State License.
- Required Submittals (prior to NTP): Project superintendent/manager designation, proof of insurance/bonding, safety plan, genset specifications, and ATS specifications.
- Required Forms: Bidders must complete "Attachment 3 Technical Info Form-Past Performance" for business information, proposed team, self-performed work, and past performance references.
Key Amendments & Clarifications
Multiple amendments have been issued:
- Amendment 0005 extended the quote deadline to March 19, 2026.
- Amendment 0004 revised the Scope of Work (Attachment 1) and Questions & Answers (Attachment 4) as of March 3, 2026.
- Clarifications include details on exterior electrical connections, generator monitoring, DEF fluid supply, fuel tank location (inside), ATS housing reuse, and specific requirements for the temporary generator.
Contact Information
For questions, contact Quinn Rankin at Quinn_Rankin@ios.doi.gov.