Opportunity

SAM #140P8426R0002

Power and Cooling System Rehabilitation at Pinnacles National Park

Buyer

Power Pore Mabo

Posted

April 07, 2026

Identifier

140P8426R0002

NAICS

238210, 238220, 238290

The National Park Service (NPS), part of the Department of the Interior, is seeking a contractor to rehabilitate the power and cooling systems at the maintenance and park housing area of Pinnacles National Park in San Benito, California. - Government Buyer: - Department of the Interior, National Park Service, Pinnacles National Park - Scope of Work: - Replacement of the existing photovoltaic (PV) system with a new rooftop PV power system, including Unistrut mounting, inverters, battery and PV combiner panels, power panels, and related appurtenances - Installation of a new backup liquid propane generator - Rehabilitation of the chiller system, including air-cooled scroll water chillers, hydronic piping, hangers, supports, vibration and seismic controls, and commissioning - Electrical upgrades: low-voltage and control-voltage power cables, grounding, conduits, panelboards, fuses, switches, circuit breakers, and gas-engine-driven generator sets - Civil work: concrete, rebar, earth moving, stripping, grubbing, backfill, and compaction - Products/Services Requested: - Backup liquid propane generator (1 unit) - Rooftop photovoltaic power system (1 system) - Air-cooled scroll water chillers - Electrical system components - Civil construction services - Unique Requirements: - Batteries replaced in 2025 are excluded from this scope - Project is a total small business set-aside under NAICS 238210 - Firm-fixed-price contract, awarded based on best value - No specific OEMs, brands, or part numbers are identified in the solicitation - Estimated contract value: $1,000,000 to $2,000,000 - Place of performance: Pinnacles National Park, San Benito, California

Description

The National Park Service (NPS) at Pinnacles National Park (PINN) has a requirement to replace the existing photovoltaic system and rehabilitate the cooling systems at the maintenance and Park housing area. The current energy and mechanical systems do meet the needs of the park. Specific deficiencies include: the cooling capacity of the system cannot meet demand for most of the summer, and the PV/battery capacity does not meet current energy demands, with backup generation from the propane acting as a primary source. This project will directly impact visitors because this system provides electricity and climate control at the West Side Visitor Center. This is a health and safety issue because the buildings can reach 90-degree indoor temperatures during the summer months. Park staff is currently disabling the system at night and opening their windows to cool their private residences. Batteries were replaced in 2025 by the Park and are not part of this project. The Work consists of:1. Power System: New backup liquid propane generator, rooftop photovoltaic power system with Unistrut mounting system, inverters, battery combiner panel, PV combiner panel, power panel, and all appurtenances.2. Chiller System: Hangers and Supports for Piping and Equipment, Vibration and Seismic Controls, Testing, Adjusting, and Balancing, Piping Insulation, Commissioning, Hydronic Piping, Underground Hydronic Piping, Air-Cooled, Scroll Water Chillers.3. Electrical: Low-Voltage Power Conductors and Cables, Control-Voltage Power Cables, Grounding and Bonding for Systems, Hangers and Supports for Systems, Conduits for Systems, Boxes and Covers for Systems, Underground Ducts and Raceways for Systems, Sleeves and Sleeve Seals for Raceways and Cabling, Vibration and Seismic Controls for Systems, Identification for Systems, Commissioning of Systems, Panelboards, Fuses, Enclosed Switches and Circuit Breakers, Photovoltaic Collectors, Gas-Engine-Driven Generator Sets.4. Civil: Concrete, rebar, earth moving, stripping, grubbing, backfill, compactionSITE VISIT. An organized site visit will be scheduled to take place May 5, 2026 at 11am (PT) at Pinnacles National Park. The specific location to meet at and other site visit information will be included in the solicitation. PROJECT SCHEDULE. The government anticipates work starting July/August 2026 and being completed Jan/Feb 2027 (approx. 6 months). SMALL BUSINESS SET-ASIDE. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. The North American Industry Classification System (NAICS) Code for this requirement is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a corresponding size standard of $19 million in annual gross receipts for the past three years. AFFORDABILITY. The Government seeks offers with a total price between $1,000,000 and $2,000,000. Offerors should not interpret this figure as a ceiling (or as a floor) on offers; rather, this information is provided as a courtesy to prospective offerors. The Government may select an offer for award with a price below, at, or exceeding this figure if it finds that offer provides the best value and funds are available.BEST VALUE PROCUREMENT. The Government intends to award a single, firm-fixed-price contract. Evaluation for award will be made in accordance with the negotiated acquisition procedures outlined in FAR Part 15. Award selection will be made on a Best Value determination made after consideration of price and factors other than price) as listed in Section M of the solicitation. SOLICITATION AVAILABLITY. The Request for Proposal (RFP) will be available on/about 4/22/26, by electronic means only and can be downloaded along with all associated attachments from the Contracting Opportunities website at www.sam.gov. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. Responses will be due approximately 30 days after the RFP is posted, unless extended. The entire solicitation package, including specifications, wage rates, plans/drawings, and other documents will be in Microsoft Word and/or Excel, or Adobe PDF. Offerors will submit their proposals in digital format per instructions included in Section L of the solicitation. The RFP will require offerors to submit both a technical and a business proposal (including price); the government will consider an offeror¿s technical capability in comparison to its price and award to the firm whose offer represents the best value. Proposals are due by the date and time specified in Block 13 of the Standard Form 1442 or as started in the most recent amendment (SF-30). A Bid Bond will be required in the amount of 20% of offered price, submitted as part of the business proposal. Refer to Section L of "Terms Provisions Clauses" document.WHERE TO CHECK FOR AMENDMENTS TO SOLICITATION. Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the solicitation documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however, offerors who have not established and/or maintained an active registration at www.SAM.gov by the offer due date and time will be considered either ineligible or non-responsive and will be not considered for award.QUESTIONS? All questions shall be submitted in writing, emailed to: Phaedra_Fuller@ios.doi.gov and cc: Noha_Buikema@nps.gov. Email shall contain "140P8426R0002 PINN Power System" in the subject line of the email. Noah is the technical point of contract and Phaedra is the Contracting Officer. If questions pertain to technical specification, include the specific citation within the specs for the question asked. If question is about the Plans/Drawings, include the drawing number for the question asked. Q&A will be compiled and posted as solicitation amendment(s). Watch for amendments as the response date when proposals are due may change and will be stated in the amendment(s).

View original listing