Z--DIESEL STANDBY GENERATOR TOOELE AIR CENT

SOL #: 140L5726Q0012Pre-Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
UTAH STATE OFFICE
SALT LAKE CITY, UT, 84101, United States

Place of Performance

Place of performance not available

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Maintenance Of Other Airfield Structures (Z1BZ)

Set Aside

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

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 13, 2026
3
Response Deadline
Apr 3, 2026, 9:00 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 Bureau of Land Management (BLM), Utah State Office, has issued a Presolicitation Notice for the furnishing and installation of a diesel standby generator at the Tooele Air Center. This project aims to provide reliable backup power during utility outages. This opportunity is a Total Small Business Set-Aside. A Request for Quotes (RFQ) is anticipated on or about March 13, 2026, with proposals likely due by April 3, 2026.

Scope of Work

The project requires a complete standby power system, including a 60-kW diesel generator and an Automatic Transfer Switch (ATS). Key requirements include:

  • Furnishing and installing the complete diesel standby generator system with an outdoor-rated ATS.
  • Verifying load calculations to ensure appropriate sizing (peak demand in August 2025 was 370 kWh/day).
  • Constructing a new reinforced concrete pad for the generator.
  • Connecting the generator and ATS to the existing electrical system.
  • Overseeing system startup, load bank testing, ATS transfer testing, and providing operator training.
  • Ensuring compliance with all applicable codes and standards.

Contract & Timeline

  • Contract Type: Presolicitation (RFQ anticipated)
  • Estimated Magnitude of Construction: $25,000.00 - $100,000.00
  • Period of Performance: 45 days from issuance of Notice to Proceed
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • RFQ Anticipated: On or about March 13, 2026
  • Anticipated Proposal Due: April 3, 2026
  • Published: February 27, 2026

Submission & Evaluation

  • Contractors must actively monitor SAM.gov for the release of the RFQ and any subsequent amendments.
  • A site visit will be scheduled within two weeks after the solicitation is posted; attendance is strongly encouraged.
  • Vendors must be registered and have active profiles with completed representations and certifications in the System for Award Management (SAM) database.
  • A payment bond will be required for contract awards exceeding $35,000.00.

Additional Notes

  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors (Small Business Size Standard: $19.0M).
  • Product Service Code: Z1BZ – Maintenance Of Other Airfield Structures.
  • Attachments provided with the presolicitation are DRAFTs; finalized versions will be issued with the subsequent RFQ.

People

Points of Contact

Blunt Mayes, ToriPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 13, 2026
View
Version 2
Special Notice
Posted: Mar 3, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 27, 2026