J--WASH RACK MAINTENANCE
ID: 140R3026Q0006Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    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.

    Point(s) of Contact
    Maye, Noah
    (702) 293-8095
    70229384990000
    nmaye@usbr.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    J--WASH RACK MAINTENANCE
    Currently viewing
    Sources Sought
    Similar Opportunities
    48--PRESSURE VESSEL RECERTIFICATION
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide pressure relief valves (PRVs) for the Hoover Dam as part of a Sources Sought announcement. The procurement aims to acquire several dozen PRVs of various sizes and specifications to ensure compliance with the ASME Boiler and Pressure Vessel Code, thereby enhancing the safety of the dam's pressurized systems and personnel. These valves are critical for the operation of the dam's boilers and pressure vessels, underscoring their importance in maintaining safe operational standards. Interested firms must submit their capability statements and relevant information by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, referencing number AGBOR300170 in the subject line.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    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.
    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.
    Water Quality Maintenance of LL-7000 Heat Exchanger-AMENDMENT 0003
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the maintenance of the LL-7000 Heat Exchanger, as outlined in Solicitation N0016426Q0004. The procurement focuses on ensuring the quality of high-purity, de-mineralized, de-ionized cooling water used for test equipment, requiring contractors to perform routine services including inspection and cleaning of strainers, replacement of filter cartridges, and maintenance of ion exchange resins. This maintenance is critical for the operational integrity of the cooling system, which supports various defense-related testing activities. Interested contractors should note that the response deadline has been extended to December 5, 2025, at 12:00 PM EST, and may contact Trey Smith or Sonsiree Lagunas via email for further inquiries.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    Construction Equipment, Drivers and Maintenance
    Buyer not available
    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.