R--CA-SACRAMENTO NWR HQ RETRO-COMMISSIONING
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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, has issued a solicitation for Retro-Commissioning Services at the Sacramento National Wildlife Refuge (NWR) Headquarters/Visitor Center. The goal is to improve energy efficiency and reduce operational costs. This is an unrestricted acquisition. An amendment has extended the proposal deadline to April 15, 2026, at 1:00 PM Central Time.
Scope of Work
The project involves comprehensive retro-commissioning services, structured into four main tasks:
- Task 1: Current Conditions Assessment: Review existing systems, document baseline operating conditions, and conduct an unoccupied mode observation. Deliverables include meeting notes and a final assessment report.
- Task 2: Develop Retro-Commissioning Plan: Create a detailed plan for testing and reporting, covering equipment, calibration, maintenance checks, diagnostic monitoring, functional tests, and an implementation schedule.
- Task 3: Perform Calibration and Maintenance Checks: Implement diagnostic monitoring, execute functional tests, optimize control systems, and identify operational/maintenance enhancements. Deliverables include daily reports, test reports, and a list of improvement opportunities.
- Task 4: Retro-Commissioning Final Report and Recommendations: Compile a comprehensive report detailing project activities, identified improvements with cost/energy impact estimates, and current system operation sequences. This includes proposed updates to the Owner's and Maintenance Manual.
Contract Details
- Contract Type: Firm-Fixed Price Contract with work order hourly rates.
- Period of Performance: 90 days from the Notice-To-Proceed.
- NAICS Code: 541330 (Engineering Services)
- PSC: R425 (Engineering And Technical Services)
- Set-Aside: Unrestricted. Offerors must have an active SAM.gov registration.
Submission & Evaluation
- Proposal Due: April 15, 2026, at 1:00 PM Central Time.
- Submission Method: All offers must be submitted via email to Tanner Frank at Tanner.Frank@IOS.DOI.gov. Telephone calls are not accepted.
- Evaluation Criteria: Award will be based on best value, considering price and the following factors:
- Factor 1: Technical Approach: Soundness, compliance, and understanding of requirements.
- Factor 2: Project Schedule: Scheduling capabilities, delay handling, and resource management.
- Factor 3: Relevant Experience: Description of similar projects completed in the past five years.
- Factor 4: Past Performance: Information on the team's past performance on similar services.
Additional Notes
A site visit can be scheduled upon request by RSVPing to Sharon Vaughn at Sharon.vaughn@fws.gov. The site visit location is Sacramento NWR Visitor Center, 752 County Road 99W, Willows, CA 95988.