Copper Piping Cooling System
ID: 140R1725Q0035Type: Solicitation
AwardedApr 23, 2025
$85.9K$85,912
AwardeeTECH SERVICE SOLUTIONS LLC 1345 E CHANDLER BLVD BLDG 2 STE 107 Phoenix AZ 85048 USA
Award #:140R1725P0033
Overview

Buyer

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

NAICS

Copper Rolling, Drawing, Extruding, and Alloying (331420)

PSC

PIPE, TUBE AND RIGID TUBING (4710)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the procurement of copper piping components, including tees, elbows, unions, and tubing, under solicitation number 140R1725Q0035. This procurement is aimed at acquiring essential materials that comply with federal regulations and promote small business participation, particularly from veteran-owned and women-owned businesses, within the copper rolling and alloying industry. The proposal submission deadline has been extended to April 16, 2025, at 5 PM Eastern Time, and interested contractors must acknowledge receipt of the amendment to the solicitation. For further inquiries, potential bidders can contact Donald Richer at dricher@usbr.gov.

    Point(s) of Contact
    Richer, Donald
    dricher@usbr.gov
    Files
    Title
    Posted
    The document outlines an amendment to solicitation number 140R1725Q0035, specifically regarding the extension of the closing date for offers from April 14, 2025, to April 16, 2025, at 5 PM Eastern Time. It emphasizes the necessity for contractors to acknowledge receipt of the amendment in one of specified methods, including signing and returning the amendment along with their offer. The document serves to modify existing contracts and outlines administrative changes that may include changes in appropriation data. The overall intention is to ensure that all interested contractors have the proper time and information needed to prepare and submit their proposals accurately, thereby enhancing participation in the solicitation. Compliance with established Federal Acquisition Regulation (FAR) guidance is mandated throughout the process. This amendment reflects the Bureau of Reclamation's engagement in managing federal contracting and procurement effectively within the Pacific Northwest region.
    This document outlines a Request for Proposal (RFP) from the Bureau of Reclamation for the procurement of various copper piping components, including tees, elbows, unions, and tubing, with specific specifications for each item required. The solicitation is administered by the Grand Coulee Acquisition Group in Washington State, with a due date set for proposals by April 14, 2025. The items pertain to the North American Industry Classification System (NAICS) code 331420 and are categorized as unrestricted commercial items, emphasizing small business participation particularly in veteran-owned and women-owned businesses. The document contains detailed descriptions of required items, quantities, delivery terms, applicable Federal Acquisition Regulation (FAR) clauses, and electronic invoicing requirements through the U.S. Department of the Treasury's Invoice Processing Platform. Overall, the RFP serves to facilitate the procurement of essential materials for government projects, ensuring compliance with federal regulations and promoting small business engagement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Bridle Air System Components
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals from qualified small businesses for the procurement of various stainless steel components for the Bridle Air System. The solicitation, identified as N62789-26-Q-0006, includes a range of items such as threaded pipe fittings, pipe nipples, and on/off valves, with specific requirements for materials and dimensions, to be delivered to SUBASE New London, Connecticut by March 13, 2026. This procurement is critical for maintaining operational readiness and functionality within naval systems, emphasizing the importance of high-quality materials and timely delivery. Interested offerors must submit their proposals electronically by December 18, 2025, at 5:00 PM EST, and can direct inquiries to Stephanie Brass or Stephanie Neale at the provided contact information.
    HX: Tube; Metallic
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the procurement of 2,000 linear inches of 3/8 OD 0.049" wall MIL-T-16420 copper-nickel alloy metallic tubes under a Total Small Business Set-Aside. This solicitation, identified as N0010425RX19757, requires vendors to demonstrate technical capability, including Non-Destructive Testing procedures, compliance with quality standards, and a delivery schedule of 50 weeks after receipt of order. Proposals must be submitted via email to the primary contact, Sarashea Thibodeau, by October 28, 2025, at 08:00 AM ET, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested vendors must be registered in SAM.gov and provide evidence of past performance on relevant projects completed within the last five years.
    BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of pipe, hose, and tubing, categorized under PSC/FSC Codes 4710, 4720, and 4730. Interested vendors must demonstrate their capabilities by providing documentation, a price list, and at least three past performance references, which will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of standard commercial supplies and services at competitive prices, supporting various defense operations. Interested small businesses must submit their documentation to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with the BPAs expected to be issued on a six-month rotation through June 2029.
    ELBOW,PIPE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of pipe elbows, classified under the NAICS code 332919. The procurement involves the manufacture and delivery of 2-inch, 90-degree long radius elbows made from a 70/30 copper-nickel alloy, which are critical components for shipboard systems, ensuring safety and operational integrity. The contract requires adherence to stringent quality assurance standards, including First Article Testing and compliance with various military specifications, with a delivery timeline extending up to 365 days post-contract award. Interested vendors should direct inquiries to Christian Valdez at 717-605-3229 or via email at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL, and must be prepared to meet the requirements outlined in the solicitation.
    44--Thrust Bearing Oil Coolers Replacement
    Interior, Department Of The
    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.
    FD2030-25-01058
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a special notice for the procurement of services related to copper rolling, drawing, extruding, and alloying, under the contract title FD2030-25-01058. This procurement is categorized under the NAICS code 331420 and PSC code 4710, indicating a focus on pipe, tube, and rigid tubing products essential for various defense applications. The goods and services sought are critical for maintaining and enhancing the operational capabilities of military equipment and infrastructure. Interested vendors should refer to the solicitation information for further details and contact the appropriate personnel once the solicitation has been approved for quotes.
    59--SHASTA CELL TOWER ELECTRICAL MATERIALS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide electrical materials for the Shasta Cell Tower project in Northern California. This Sources Sought announcement aims to identify contractors capable of supplying various electrical components, including sectionalizing cabinets, surge arrestors, and copper wire, which are essential for upgrades or new installations at the cell tower. Interested vendors are encouraged to submit capability statements detailing their experience and qualifications by 12:00 p.m. PST on December 26, 2025, to Derek H. Celedon at dceledon@usbr.gov, as the information gathered will inform the procurement strategy for this project.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.