Closed Solicitation · DEPARTMENT OF THE INTERIOR

    Z--REHAB POWER AND COOLING SYSTEMS, PINNACLES NP

    Sol. 140P8426R0002PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)POINT REYES STATION, CA
    Closed
    STATUS
    Closed
    POSTED
    Apr 7, 2026
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    Z1JZ
    Product & service classification

    AI Summary

    The National Park Service seeks proposals for replacing the photovoltaic system and rehabilitating cooling systems at Pinnacles National Park. This project addresses critical deficiencies impacting visitor comfort and safety. The RFP will be available around April 22, 2026, with proposals due approximately 30 days later. This is a Total Small Business Set-Aside opportunity, with a budget between $1,000,000 and $2,000,000.

    Contract details

    Solicitation No.
    140P8426R0002
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 7, 2026
    Response Deadline
    NAICS Code
    238210AI guide
    PSC / Class Code
    Z1JZ
    Issuing Office
    PWR PORE MABO (84000)
    Primary Contact
    Fuller, Phaedra
    State
    CA
    ZIP Code
    94956
    AI Product/Service
    both

    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, compaction

    SITE 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).

    Key dates

    1. April 7, 2026Posted Date

    AI search tags

    Frequently asked questions

    Z--REHAB POWER AND COOLING SYSTEMS, PINNACLES NP is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.