S--HD Replacement Buoys
ID: 140R3025Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    The Bureau of Reclamation, Lower Colorado Regional Office, is seeking proposals for the supply of HD Replacement Buoys, specifically designed for fast-moving water environments such as the Colorado River downstream from the Hoover Dam. The procurement aims to acquire durable, environmentally friendly buoys that can withstand harsh marine conditions, featuring a single-piece float design, high visibility, and solar-powered LED lanterns for nighttime navigation. This initiative is crucial for ensuring reliable navigation aids in challenging river conditions, with a contract period of performance from September 1, 2025, to October 1, 2025. Interested vendors must submit their quotes by August 15, 2025, at 1600 PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov or Luis Gallardo at lgallardo@usbr.gov.

    Point(s) of Contact
    Maye, Noah
    (702) 293-8095
    70229384990000
    nmaye@usbr.gov
    Files
    Title
    Posted
    The document outlines a combined synopsis/solicitation (RFQ No. 140R3025Q0044) for the Bureau of Reclamation, Hoover Dam, seeking proposals for the supply of four Fast River Buoys and four SL-15 Solar Powered Flashing Strobes. The solicitation is aimed at vendors qualified under NAICS Code 333924, with a small business size standard of 900 employees. Bids must be submitted electronically via SAM.gov, with adherence to all conditions and evaluation criteria specified in the solicitation. The total price must be inclusive of all fees and taxes, with delivery expected within 30 days of award, during designated hours. The government intends to award a single firm-fixed-price contract, emphasizing timely, complete submissions that demonstrate past performance relevant to the required supplies. Key clauses related to representations, certifications, and procurement conditions, including Buy American certifications, are integrated into the solicitation. Vendors must also comply with various federal regulations and provide necessary representations concerning their business practices and prior performance history. Overall, this procurement aims to ensure the supply of necessary equipment while adhering to regulatory guidelines and promoting fair competition among vendors.
    The document outlines the salient characteristics for HD Replacement Buoys, specifically designed for fast-moving water environments like the Colorado River downstream from the Hoover Dam. The need for these buoys arose after an initial failure with a standard buoy due to strong currents. Key features of the required buoys include durability in harsh marine environments, immediate installation readiness, and a single-piece float design optimized for stability in currents up to 6 knots. They must be highly visible (white, IALA compliant), offer various mooring options, and include a solar-powered LED lantern for nighttime navigation. Additionally, the buoys require clear red "Restricted Area" graphics, must be environmentally friendly (recyclable), and comply with IALA E-108 and ISO9001:2015 quality standards. This specification is crucial for federal government RFPs, ensuring the procurement of suitable and reliable navigation aids for challenging river conditions.
    This amendment (140R3025Q0044) is for a solicitation from the Bureau of Reclamation, Lower Colorado Region, located in Boulder City, NV. Its primary purpose is to provide additional salient characteristics for buoys. The NAICS code for this solicitation is 333924. The period of performance is from September 1, 2025, to October 1, 2025. All questions and quotes must be submitted via email to NMAYE@USBR.GOV and LGALLARDO@USBR.GOV. The deadline for all quotes is August 15, 2025, at 1600 PD. This document emphasizes that offers must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on the offer, or sending a separate communication, to avoid rejection of their offer. The effective date of this amendment is August 2, 2025.
    The document outlines a federal Request for Proposal (RFP) related to the acquisition of Fast River Buoys and SL-15 Solar Powered Flashing Strobes for the Bureau of Reclamation's Lower Colorado Region. The solicitation number is 140R3025Q0044, with an offer due date of August 15, 2025, at 1600 local time. The RFP is aimed at obtaining these specific items for performance between May 1, 2025, and July 3, 2025. It invites interested contractors to submit their quotes via email to designated officials, Noah Maye and Luis Gallardo. The document also highlights key requirements including payment terms, contact information, and particulars about the delivery address in Boulder City, NV. Additionally, it specifies that the acquisition is classified under NAICS code 333924, indicating a focus on small business participation. As part of the contract requirements, several federal acquisition regulations (FAR) are incorporated by reference, emphasizing the legal framework governing the solicitation. The narrative reflects typical government procurement practices aimed at ensuring compliance and fair competition among bidders.
    Lifecycle
    Title
    Type
    HD Replacement Buoys
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    20--BUOY,MOORING
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Rotary Screw Trap
    Buyer not available
    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.
    44--Thrust Bearing Oil Coolers Replacement
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking qualified businesses to provide modern replacement thrust bearing oil coolers for the Spring Creek Power Plant Hydro-Electric Generator. The objective is to replace four original, leaking oil coolers from a 1964 Allis-Chalmers 75 MW hydroelectric generator with ten new drop-in replacement units that meet or exceed the original specifications and adhere to various industry standards. This procurement is crucial for maintaining the operational efficiency and reliability of the hydroelectric generator. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by December 16, 2025, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    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.
    NREL MMW RO-DI System, Request A and Request B
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking bids for the procurement of a Reverse Osmosis and Deionization (RO-DI) water purification system as part of the Multimegawatt (MMW) Electrolysis project at its Flatirons Campus in Arvada, Colorado. The project includes two requests: Request A for the RO-DI system and Request B for the optional containerization of the system, with the RO-DI system required to support up to 10 MW of electrolysis capability and provide clean water for electrolyzers over the next 15 years. This procurement is critical for the production of clean hydrogen and involves specific technical requirements, including water quality standards and compatibility with various water sources. Interested offerors must submit their quotes by December 8, 2025, at 5 PM MST, and can direct inquiries to Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    Concrete Sinkers for Buoy Tenders
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the fabrication and delivery of concrete sinkers, weighing 1,000 lb., 1,500 lb., and 2,000 lb., intended for use by buoy tenders in the Midwest region. The procurement aims to support the mooring of buoys in river systems, with specific requirements for environmentally safe materials and adherence to established specifications, including ASTM standards and USCG drawing dimensions. Interested small businesses are encouraged to respond to the Sources Sought Notice by completing a questionnaire detailing their capabilities and experience, with responses due by December 19, 2025. For further inquiries, interested parties may contact James C. Kanash at james.c.kanash@uscg.mil or by phone at 757-628-4467.