61--YFO TOPPENISH BOSKAR RAKE REPAIR PARTS
ID: 140R1725Q0045Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 26, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting proposals for the procurement of replacement parts for the YFO Toppenish Boskar rake. This opportunity is set aside for small businesses and emphasizes the need for brand-name sole-source specifications, requiring direct replacement parts from OVIVO. The procurement process includes compliance with federal acquisition regulations, sustainability requirements, and mandates for electronic invoicing through the Department of the Treasury’s Invoice Processing Platform. Interested suppliers should contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details and to ensure compliance with the necessary registration in the System for Award Management (SAM).

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 11:11 PM UTC
This document outlines a Request for Proposal (RFP) from the Bureau of Reclamation for specific replacement parts needed for a machine, highlighting requirements for federal contracting under the Defense Priorities and Allocations System. The acquisition is set as unrestricted, allowing any qualified supplier to bid, but emphasizes brand-name sole-source specifications, requiring direct replacement parts from OVIVO. Key elements include an acceptance of terms and conditions incorporated by reference, compliance with federal acquisition regulations, and the requirement for contractors to register in the System for Award Management (SAM). The solicitation also incorporates specific clauses related to small business preferences, and outlines the procedures for invoicing through the Department of the Treasury’s Invoice Processing Platform, necessitating electronic submissions. Furthermore, the document reiterates sustainability requirements and considerations for materials that meet defined environmental standards. It indicates the essential need for contractors to submit detailed quotations including pricing and capabilities, while fostering transparency and adherence to established procurement processes. This initiative underscores the government's commitment to efficient and compliant procurement while supporting regulatory compliance through detailed procedural mandates.
Lifecycle
Title
Type
Presolicitation
Solicitation
Similar Opportunities
38--MRG SFD GRIZZLY GRAVEL SEPARATOR
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Gravel Separator, designated under solicitation number 140R4025Q0046. The primary objective is to acquire equipment that will efficiently separate large rocks and debris from finer materials, enhancing operational productivity at the Socorro Field Division in New Mexico. This procurement is critical for maintaining effective resource management and operational efficiency within the Bureau's public works projects. Proposals are due by 2:00 PM MDT on May 2, 2025, and interested contractors should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650.
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.
Y--GAOA COVE BOAT RAMP AND SHORELINE STABILIZATION
Buyer not available
The Department of the Interior, through the Bureau of Land Management (BLM), is seeking qualified small businesses to undertake the GAOA Cove Boat Ramp and Shoreline Stabilization project in Owyhee County, Idaho. The project involves completing repairs and upgrades to the Cove Recreation Site near CJ Strike Reservoir, with an estimated construction budget ranging from $250,000 to $500,000. This initiative is part of the BLM's commitment to enhancing recreational facilities while adhering to federal contracting regulations. Interested bidders must register for a Unique Entity ID and maintain an active System for Award Management (SAM) profile, with a Request for Proposal (RFP) expected to be released around May 12, 2025, and proposals due approximately 30 days thereafter. For further inquiries, potential bidders can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.
LGA Babbitted Bearing Repair
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the refurbishment of journal bearings and thrust collars at Little Goose Lock and Dam in Dayton, Washington. The procurement involves re-babbitting and resurfacing four sets of journal bearings (eight halves) and two thrust collars, which are critical components in turbine-driven pumps that have sustained damage beyond acceptable surface finish. This initiative is vital for maintaining infrastructure integrity and ensuring operational efficiency at the dam. Interested small businesses must register in the System for Award Management (SAM), submit valid price quotes, and adhere to federal acquisition regulations, with inquiries directed to Keree Graves at keree.graves@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil. The contract emphasizes a minimum one-year warranty on workmanship and timely delivery following the award.
J--R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and a commitment to allocate 20% of awards to small businesses. This procurement is crucial for maintaining the operational efficiency of the FWS's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
43--EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the refurbishment or replacement of a 500 GPM sump pump and the installation of new basket strainers for two existing 6000 GPM pumps at the Mt. Elbert Powerplant in Twin Lakes, Colorado. The procurement aims to ensure reliable operation of essential pumping systems, which are critical for maintaining operational integrity at the powerplant. This opportunity is set aside for small businesses under NAICS code 333914, with proposals due by May 11, 2025, and a firm fixed-price contract anticipated. Interested contractors must be registered in SAM.gov and are encouraged to conduct a site visit to assess the work required before submitting their proposals, which will be evaluated based on technical approach, past performance, and pricing.
YAO Grounds Maintenance
Buyer not available
The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for grounds maintenance services at the Yuma Area Office (YAO), with the contract set aside for small businesses. The procurement requires year-round maintenance tasks, including watering, trimming, pruning, weed control, and general upkeep of the grounds, ensuring a safe and well-maintained environment for operations. This contract is crucial for maintaining the integrity of federal facilities and will be awarded as a firm-fixed-price contract for a base year starting June 2, 2025, with an optional one-year extension. Interested contractors must submit their proposals electronically by May 21, 2025, and can direct inquiries to Kathleen Berry at kberry@usbr.gov or by phone at 702-293-8460.
MNA Spillgate Repair Pit Work Platform
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking contractors for the procurement of a new Spillgate Repair Pit Work Platform as part of project W912EF25Q011. The contractor will be responsible for providing the platform along with complete operation and maintenance manuals that adhere to the technical specifications, which will be detailed in the forthcoming solicitation. This equipment is crucial for maintenance operations related to spillgate systems, ensuring operational efficiency and safety. Interested small businesses are encouraged to reach out to Chandra D. Crow at chandra.d.crow@usace.army.mil or by phone at 509-527-7202 for further information, as no solicitation is currently available.
Y--Hungry Horse Excitation System Replacement
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to undertake the Hungry Horse Excitation System Replacement project at the Hungry Horse Powerplant in Montana. The project involves the design, furnishing, installation, testing, and commissioning of fully static digital excitation systems for Generator Units 1, 2, 3, and 4, including the removal of existing equipment and the installation of new components such as metal-enclosed buses and control systems. This procurement is critical for enhancing the operational efficiency and reliability of the powerplant, with an estimated contract value between $5 million and $15 million. Interested contractors must be registered in the System for Acquisition Management (SAM) and are advised that the solicitation is expected to be issued between April and June 2025; for further inquiries, they can contact Jason Baldwin at jbaldwin@usbr.gov or by phone at 208-378-6217.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.