R--Renewal of Membership with the Hydropower Research
ID: 140R8126Q0002Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, Bureau of Reclamation, intends to award a sole source contract to the Electric Power Research Institute (EPRI), Inc. for membership services aimed at enhancing the reliability and efficiency of power generation. This membership encompasses three critical programs: Integrated Asset Management, Plant Management Essentials, and Monitoring and Advanced Data Analytics, providing access to proprietary projects and resources that support informed business decisions and advanced maintenance strategies. The procurement is classified under NAICS Code 813920, with a contract award anticipated in November 2025; interested parties must submit capability statements by 5:00 pm MST on November 14, 2025, to Gene Parrill at gparrill@usbr.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    H--Annual software maintenance and support for Enoserv RTS
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) intends to issue a sole source contract for annual software maintenance and support for the Enoserv RTS system. This procurement aims to ensure the continued functionality and support of critical software used in energy management and operations. Interested parties are invited to submit capability statements demonstrating their ability to meet the government's requirements, as this notice serves informational purposes only and is not a request for competitive quotes. Responses must be submitted within five calendar days of this notice, and inquiries can be directed to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Buyer not available
    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.
    Notice of Intent
    Buyer not available
    The U.S. Department of Energy's Grid Deployment Office (GDO) intends to award a sole source contract to The C Three Group / Yes Energy for essential database services. This contract will support GDO's reporting requirements, including the National Transmission Needs Study, by providing critical information on historical and future transmission projects across the United States. The contract will span one base year from January 1, 2025, to December 31, 2025, with four additional one-year options, and interested parties may submit capability statements to Sirron Scott at Sirron.Scott@hq.doe.gov within 15 days of the notice to be considered for future competitive procurement.
    7A--Notice of Intent to Issue a Sole Source Award
    Buyer not available
    The U.S. Department of Energy (DOE) intends to issue a sole source award to ENVERUS, Inc. for an annual subscription to crude oil and natural gas well drilling and production data. This procurement is essential for the Energy Information Administration (EIA) to fulfill several congressionally mandated reports and analyses, including the Monthly Crude Oil, Lease Condensate, and Natural Gas Production Report, as well as the Annual Energy Outlook and other critical assessments. ENVERUS is uniquely positioned to provide the necessary proprietary data and tools, which are integral to ensuring the accuracy and reliability of EIA's statistical outputs. Interested parties that believe they can meet these requirements must submit their responses in writing to Jennifer Scharrer at jennifer.scharrer@hq.doe.gov, with a deadline for submissions not specified in the notice.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    (SPA) ProjNet Sofware
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    Notice of Intent to Sole Source to Independent Commodity Intelligence Services
    Buyer not available
    The U.S. Department of Energy (DOE) is issuing a Notice of Intent to Sole Source to Independent Commodity Intelligence Services for a procurement related to the Energy Information Administration (EIA). This requirement is justified under the Federal Acquisition Regulation (FAR) 13.5, which allows for simplified procedures for one source, indicating that the services or products are uniquely available from this vendor. The procurement is categorized under the PSC code T099, which pertains to other photo/map/print/publication services, highlighting the specialized nature of the goods or services sought. For further inquiries, interested parties can contact Katherine Bowen at katherine.bowen@hq.doe.gov.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.