F--LAKE ROOSEVELT FORUM DUES BASE YR +4
ID: 140R1726Q0005Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

Civic and Social Organizations (813410)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT (F115)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is planning to negotiate a sole source contract with the Lake Roosevelt Forum for membership dues. This contract will be a firm-fixed price agreement with a base year and four option years, covering the period from January 1, 2026, to December 31, 2030. The membership is crucial for the Bureau's engagement with civic and social organizations, which play a significant role in environmental systems protection and consulting. Interested firms that believe they can meet the requirements are encouraged to submit a technical capability statement and business profile to Paula Gross at pgross@usbr.gov within five days of this notice, as the government will consider this information for future procurement decisions.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    M--Notice Of Intent to Sole Source
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is issuing a Notice of Intent to Sole Source for urgent parking and ticketing services at Hoover Dam. This procurement aims to secure comprehensive services, including personnel, equipment, and an integrated on-site Ticket Sales and Reservations System for the Visitor Center, tours, special events, and various parking facilities. The selected contractor, Laz Parking LTD, LLC, will ensure continuity of services due to their existing infrastructure, with the contract anticipated to be awarded by December 31, 2025, and services commencing on January 1, 2026, through June 30, 2026. Interested parties may submit capability statements by December 19, 2025, and can direct inquiries to Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.
    F--Bacteriological Analytical Service
    Interior, Department Of The
    The Bureau of Indian Education (BIE) intends to award a sole source contract to the Navajo Tribal Utility Authority for bacteriological analytical services related to drinking water systems within the Navajo Nation. The contract aims to ensure compliance with the Safe Drinking Water Act by providing routine and special bacteriological sampling and analysis for 44 Bureau-operated water systems, with an estimated total of 3,010 samples over the contract period. This service is critical for maintaining safe drinking water standards and protecting the health of students and community members. The contract is set for a period from January 1, 2026, to December 31, 2026, with an estimated total value of $76,574.40, and interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
    N1 BRAKE RING REPLACEMENT
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to participate in a Sources Sought announcement for the replacement of a brake ring assembly for Unit N1 at the Hoover Dam. The procurement involves the manufacturing of 10 new brake plates, the removal of the old ones, and the installation of the new components, which will come with a five-year warranty. This initiative is crucial for maintaining the operational integrity and safety of the dam's machinery. Interested parties are invited to submit capability statements by January 1, 2026, at 1700 Pacific Time to mwatanga@usbr.gov and nmaye@usbr.gov, referencing solicitation number 140R3026R0008. Submissions should include firm details, manufacturing status, product origin, size status/SBA certifications, and an estimated delivery date, with a maximum of five pages for the capability statement.
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    J&A Sole Source for Membership to HRI
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, intends to negotiate a sole source contract with the Hydropower Research Institute (HRI) for membership that will facilitate the storage and aggregation of hydropower operation data for U.S. Army Corps of Engineers (USACE) powerplants. This membership is crucial for enhancing the management and operational efficiency of hydropower resources, allowing for better data utilization in decision-making processes. The contract will be executed in Mobile, Alabama, and interested parties can reach out to Joan Rensink at joan.a.rensink@usace.army.mil or by phone at 251-441-6172 for further inquiries.
    N8 AIR ADMISSION SUPPORT CONE
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking capability statements from businesses for the manufacture of the N8 Air Admission Support Cone, which is critical for the air admission system at Hoover Dam. This Sources Sought announcement aims to identify potential suppliers who can produce the cone based on provided specifications, with the goal of determining an appropriate procurement strategy, including possible set-asides for small businesses. The selected manufacturer will play a vital role in maintaining the operational integrity of the air admission system, which is essential for the dam's functionality. Interested firms must submit their responses, including company information and a capability statement, by December 29, 2025, at 1700 Pacific Time, referencing solicitation number 140R3026R0006. For further inquiries, contact Noah Maye at nmaye@usbr.gov.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.