WOLF TRAP NATIONAL PARK FOR THE PERFORMING ARTS -

SOL #: 140P3026Q0007Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
NCR REGIONAL CONTRACTING(30000)
WASHINGTON, DC, 20242, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment (J039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 26, 2026
2
Submission Deadline
Mar 30, 2026, 7:00 PM

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), specifically the NCR Regional Contracting Office, has issued a Combined Synopsis/Solicitation (RFQ) for the repair and preventative maintenance of a JLG 1350SJP Telescopic Ultra Boom Lift at Wolf Trap National Park for the Performing Arts in Vienna, Virginia. This opportunity is a Total Small Business Set-Aside. Quotes are due by March 30, 2026, at 3:00 PM Eastern Time.

Scope of Work

The primary objective is to restore the JLG 1350SJP Telescopic Ultra Boom Lift to a safe, fully operational condition. Key requirements include:

  • Repairing leaking hydraulic cylinders (lift and tilt).
  • Replacing eight (8) damaged hydraulic hoses in the tilt arm.
  • Performing a complete Preventative Maintenance (PM) service in accordance with JLG manufacturer recommendations. All work must adhere to applicable federal, state, and local laws, OSHA requirements, ANSI standards, and JLG manufacturer specifications. All replacement parts must be new Original Equipment Manufacturer (OEM) or OEM-equivalent.

Contract Details

  • Contract Type: Firm-fixed price.
  • Period of Performance: Not to exceed 30 calendar days from the date of contract award.
  • Delivery Date: April 30, 2026.
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) with a business size standard of $12.5 million.
  • Product Service Code: J039 (Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment).

Submission & Evaluation

  • Quotes Due: March 30, 2026, at 3:00 PM Eastern Time.
  • Submission Method: Electronic quote via email to Bophany Drakeford at bophany_drakeford@ios.doi.gov.
  • Evaluation Criteria: Lowest Priced Technically Acceptable (LPTA).
  • Award: Will be made to the responsible offeror whose quote is determined to be the lowest priced and technically acceptable.

Additional Notes

Offerors must review and comply with numerous Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses and provisions. An important attachment is the DOL Wage Determination (No. 2015-4281, Revision No. 35, effective 12/03/2025), which establishes minimum wage rates and fringe benefits for service contracts in the District of Columbia, Maryland, and Virginia. Bidders must factor these labor costs into their proposals to ensure compliance.

People

Points of Contact

Drakeford, BophanyPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
WOLF TRAP NATIONAL PARK FOR THE PERFORMING ARTS - | GovScope