59--NPDES Monitoring Electrical Supplies
ID: 140R1725Q0076Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the procurement of electrical supplies necessary for NPDES Monitoring at the Grand Coulee facility in Washington. The solicitation includes a variety of electrical components such as gaskets, clamps, conduits, connectors, and wiring, with detailed specifications and quantities outlined to ensure compliance with federal standards. This procurement is crucial for maintaining the Bureau's electrical supply needs to meet monitoring requirements effectively. Interested vendors, particularly small businesses including service-disabled veteran-owned and economically disadvantaged firms, must submit their bids by July 31, 2025, with delivery expected within 30 days post-award. For further inquiries, contact Brendan Koop at bkoop@usbr.gov.

    Point(s) of Contact
    Koop, Brendan
    (000) 000-0000
    (208) 685-6973
    bkoop@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation (BOR) is issuing a solicitation for the procurement of electrical hardware supplies, specifically nuts, bolts, washers, lock washers, and fittings. This acquisition is reserved for small businesses and will proceed with a Request for Quotes (RFQ) anticipated to be published by August 5, 2025, closing by August 19, 2025. The North American Industry Classification System (NAICS) code applicable is 335931, and the Product Service Code is 5972 for electrical hardware and supplies, defining the scope of this contract. A firm-fixed-price contract will be awarded, and bidders must be registered in the System for Award Management (SAM) before the solicitation closes. The procurement will comply with FAR Part 12 and FAR Part 13 guidelines and quotes will be evaluated based on criteria in the RFQ. The delivery location is identified as Grand Coulee, Washington, with Brendan Koop as the Contract Specialist point of contact. This solicitation reflects the BOR’s effort to engage small businesses within the electrical supply industry while ensuring compliance with federal procurement standards.
    The document details a Request for Proposal (RFP) issued by the Bureau of Reclamation for the procurement of commercial electrical supplies for the NPDES Monitoring in the Columbia-Pacific Northwest Region, specifically at the Grand Coulee facility in Washington. The solicitation outlines the types of supplies needed, including gasket covers, clamps, conduit, connectors, and various electrical wires and fittings, specifying quantities and brand equivalency. The RFP also includes instructions for vendors on how to properly submit their bids, including technical specifications and pricing structures. Furthermore, the document references several federal acquisition regulations to be adhered to during the bidding process, emphasizing compliance with small business and veteran-owned business regulations. The RFP indicates that the acquisition is unrestricted, encouraging all businesses to participate. The procurement aims to ensure that the Bureau of Reclamation can effectively manage its electrical supply needs to comply with monitoring requirements.
    The document outlines a Price Schedule for a governmental procurement process, specifying requirements for submitting quotes related to various electrical components. Each line item includes the Contract Line-Item Number (CLIN), description, quantity, page reference for specifications, part numbers, manufacturers, unit prices, and line-item prices. Vendors must submit complete quotes for all items listed in the schedule, as partial submissions will not be considered. The items range from gaskets and clamps to various conduits and copper wires, with quantities and specifications detailed for each component. The schedule aims to standardize the quoting process for suppliers, ensuring compliance with solicitation terms and conditions. This structured approach facilitates transparent procurement and enables the government to secure necessary materials for projects requiring electrical components.
    The document is a Request for Proposal (RFP) issued by the Bureau of Reclamation’s Grand Coulee Acquisition Group. It outlines the procurement of various supplies and services, specifically focused on electrical and plumbing materials, such as gaskets, clamps, connectors, and conduits. The RFP includes detailed specifications for each item, providing suppliers with specific model numbers to ensure compliance with requirements. Key dates include the offer due date of July 31, 2025, with a delivery timeframe of 30 days post-award. The solicitation is marked as open to small businesses, including service-disabled veteran-owned, women-owned, and economically disadvantaged businesses. The document stresses the importance of adherence to specified standards and includes a contract stipulation for security and product quality. It confirms that the acquisition process follows federal regulations, incorporating references to the Federal Acquisition Regulation (FAR). Ultimately, this RFP aims to acquire essential materials for federal facilities while promoting participation from diverse businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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).
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    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.
    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.
    Government Publishing Office FY26 Equipment Inspection
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading and modifying the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety of the electrical infrastructure. This procurement is a total small business set-aside, with a performance period anticipated from September 24, 2025, to May 1, 2026, and offers are due by December 9, 2025, at 1700 ET. Interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3. This project entails the installation of approximately 1.8 miles of buried water transmission pipelines, including significant crossings over the San Juan River, Nenahnezad Bluff, Shumway Arroyo, and Chaco River, with a focus on addressing unique geological and environmental challenges. The contract is a Firm-Fixed Price (FFP) agreement, with a performance period from May 20, 2026, to September 21, 2027, and bids are due by 1:00 PM local time on February 25, 2026. Interested contractors should contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790 for further details.