Construction Equipment, Drivers and Maintenance
ID: 0023323-LR-26Type: Sources Sought
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFMSTS – DOE CONTRACTORNorth Las Vegas, NV, 89030, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)
Timeline
    Description

    The Department of Energy, through the Mission Support and Test Services, LLC (MSTS), is seeking qualified sources to provide construction equipment, drivers, and maintenance services at the Nevada National Security Site (NNSS). The procurement requires subcontractors to supply a minimum of four triaxle dump trucks, one 2000-gallon water truck, four qualified Teamster drivers, and one maintenance mechanic over a two-year period, with services needed on an as-required basis. This opportunity is critical for supporting construction activities at NNSS, which is located approximately 65 miles northwest of Las Vegas, Nevada. Interested parties must submit a Capability Statement by December 10, 2025, to Lori Richinson at Richinla@nv.doe.gov, demonstrating their qualifications and experience in providing similar services.

    Point(s) of Contact
    Lori Richinson
    Richinla@nv.doe.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hazardous Waste Transportation and Disposal Services
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.gov.
    R--Technical Support Services
    Buyer not available
    The Department of Energy, specifically the NNSA Non-Mo Contracting Operations Division, is seeking proposals for Technical Support Services under a total small business set-aside. The objective of this procurement is to obtain engineering services that will support various technical operations within the department. These services are crucial for ensuring the effective functioning of energy-related projects and initiatives. Interested vendors can reach out to Tracy J. CDeBaca at Tracy.CDeBaca@nnsa.doe.gov or call 505-845-4711 for further information regarding the solicitation process.
    NNSA Limited Sources Justification
    Buyer not available
    The Department of Energy's National Nuclear Security Administration (NNSA) is issuing a Limited Sources Justification for a federal contract opportunity. This procurement is aimed at securing specialized services related to energy research and development, energy supply, and basic research, as outlined in the attached documentation. The services sought are critical for advancing the NNSA's mission and ensuring the effective management of energy-related projects. Interested parties can reach out to Michael Thomey at michael.thomey@nnsa.doe.gov for further details regarding this opportunity, which is based in Washington, DC, ZIP code 20585.
    WAPA DSW/SNR Facilities Construction MATOC
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking information from small businesses regarding their capabilities to provide construction services under a Facilities Construction Multiple Award Task Order Contract (MATOC) for the Desert Southwest and Sierra Nevada Regions. The objective of this procurement is to gather market research data to inform WAPA's acquisition strategy for general facilities construction, renovation, repair, alteration, demolition, and remediation services across various locations in Arizona, California, and Nevada. The anticipated scope of work includes a wide range of construction trades and services, with a total estimated project value of $9 million over a five-year period. Interested small business contractors are encouraged to submit their capability statements to Jermaine Villareal at villareal@wapa.gov by the specified deadline, ensuring to include relevant company information and past project experience.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    J--WASH RACK MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the maintenance of the wash rack electric pressure washer and water recycle system at Hoover Dam in Boulder City, NV. The procurement aims to ensure that the system is maintained to factory specifications through a series of inspections, tests, and routine maintenance tasks, which include checking various components such as pumps, sensors, and sludge removal systems. This maintenance is crucial for the operational efficiency and environmental compliance of the facility. Interested firms are invited to submit their capability statements by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, including their Unique Entity ID and relevant qualifications.
    Hawthorne Army Depot Operation, Maintenance, and Modernization Sources Sought
    Buyer not available
    The Department of Defense is seeking qualified firms to participate in the operation, maintenance, and modernization of the Hawthorne Army Depot in Nevada. Interested companies must register with the U.S./Canada Joint Certification Program and have an active DD 2345 on file to gain access to a virtual library containing essential documents for proposal development. This opportunity is crucial for ensuring the effective management of ammunition facilities, and firms will be responsible for safeguarding sensitive information as outlined in the Virtual Library Use and Non-Disclosure Agreement. For further inquiries, interested parties can contact Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil.
    Operation, Maintenance, and Modernization of Hawthorne Army Depot
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island, is soliciting proposals for the operation, maintenance, and modernization of the Hawthorne Army Depot (HWAD) in Nevada, with the contract set to commence in 2026. The selected contractor will be responsible for a range of services, including Supply Depot Operations, munitions demilitarization, and various base support operations such as environmental management and safety protocols. HWAD is a critical facility as the largest Army Depot in the Organic Industrial Base and the only Government-Owned Contractor-Operated site with demilitarization capabilities. Interested parties must submit their proposals by December 1, 2025, at 12:00 PM CST, and are encouraged to direct any inquiries to Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil.
    Request for Information - Housing, Transportation and Parking
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified firms to provide housing management/sourcing, transportation, and parking services for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) in Lead, South Dakota. The procurement aims to establish a comprehensive solution for housing approximately 10-80 personnel from early 2026 through 2031, with specific requirements for fully furnished units that include utilities, cleaning, and internet access, all located within 30 miles of the Sanford Underground Research Facility. This Request for Information (RFI) is intended for market research purposes only, and no contracts will be awarded directly as a result of this RFI; responses are due by December 5, 2025. Interested parties can contact Caroline Jones at cjones@fnal.gov or 303-916-9897, or Latasha Johnson at lbouldin@fnal.gov or 630-840-3501 for further inquiries.
    Production Support: Forklift Drivers
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support services, including forklift drivers, under a Firm-Fixed-Price contract. The procurement is focused on shipbuilding and repairing services, which are critical for maintaining naval capabilities and operational readiness. The solicitation is anticipated to be posted on December 5, 2025, with a closing date of December 18, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil.