J--Sources Sought - Cableway Wire Rope NDT & Lube
ID: 140R3025Q0038Type: 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- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 10:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation, is seeking sources for the maintenance of cableway wire ropes at Hoover Dam through a Sources Sought Notice. The procurement aims to identify firms capable of providing Non-Destructive Testing (NDT) and lubrication services, which are essential for maintaining the integrity of the cableway wire ropes that have been exposed to environmental elements. Interested parties, particularly small businesses including those owned by disadvantaged groups, are encouraged to submit capability statements detailing their experience and technical capabilities by April 23, 2025. For further inquiries, potential respondents can contact Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.

Point(s) of Contact
Turner, Kristen
(702) 293-8430
(702) 293-8499
khturner@usbr.gov
Files
Title
Posted
Apr 14, 2025, 7:05 PM UTC
The U.S. Bureau of Reclamation (Reclamation) is seeking sources for the maintenance of cableway wire ropes at Hoover Dam through a Sources Sought Notice. This initiative is part of market research to identify firms capable of providing necessary services, including Non-Destructive Testing (NDT) and lubrication. The project falls under NAICS Code 811310 and aims for completion within three months of contract award. Reclamation encourages small businesses, including those owned by disadvantaged groups, to submit capability statements detailing previous experience, technical capabilities, and business information. The contractor will conduct inspections and apply environmentally friendly lubricants to the cableway wire ropes, which require maintenance following prolonged exposure to elements. Responses must include essential business details and be submitted to Reclamation by April 23, 2025. Participation in this notice does not guarantee future solicitation, and registration in the System for Award Management (SAM) is mandatory for award eligibility. This notice serves as a preliminary measure to gauge interest and competition in the market for these maintenance services, contributing to strategic procurement efforts.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
H--HD VISITOR CENTER MAIN ELEVATOR REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the repair of the main elevators at the HD Visitor Center located at Hoover Dam. This noncompetitive, sole source solicitation requires the contractor to address significant degradation issues in the elevators, particularly concerning the traction motor isolation pads and wire rope damages, in compliance with American Society of Mechanical Engineers (ASME) safety standards. The contract, which falls under NAICS code 238290 for Other Building Equipment Contractors, is anticipated to be awarded by May 2025, with proposals due by April 24, 2025. Interested contractors should contact Bryan Williamson at bwilliamson@usbr.gov or call 702-293-8452 for further details.
5 Oil Blanket Purchase Agreement for Hoover Dam
Buyer not available
The Department of the Interior, through the Bureau of Reclamation's Lower Colorado Regional Office, is seeking quotations for a Blanket Purchase Agreement (BPA) to supply various petroleum lubricant oils for the Hoover Dam. The procurement includes five specific products essential for the operation of hydropower equipment: Phillips 66 Turbine Oil 68, Shell Tellus S2 M100, Shell Diala S2 ZX-A, Shell Omala S1 W 460, and Castrol Optigear 1100/220. This BPA is crucial for maintaining operational efficiency at the Hoover Dam, with a performance period anticipated to begin in May 2025 and lasting five years, where no individual BPA call will exceed $250,000. Interested vendors must submit their electronic quotes by May 8, 2025, and direct any inquiries to Kristen Turner at khturner@usbr.gov by April 25, 2025.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
Supply Wire Rope - JT Myers Lock and Dam
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the supply of 8,430 linear feet of wire rope for the JT Myers Lock and Dam project, with delivery to the Louisville Repair Station in Kentucky. The wire rope must meet specific technical specifications, including being constructed from type 304 stainless steel and conforming to Federal Specification RR-W-410H, with a minimum breaking strength of 149,000 pounds. This procurement is a total small business set-aside, emphasizing the government's commitment to engaging small businesses while ensuring compliance with federal regulations, including cybersecurity protocols. Interested contractors must submit their quotes electronically by May 5, 2025, at 10:00 AM ET, and are encouraged to direct any inquiries through the ProjNet system to ensure clarity in the bidding process.
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for elevator inspections, maintenance, and repairs at various sites in Washington State. The contract requires contractors to perform quarterly preventive maintenance, annual inspections, and five-year inspections on six elevators, ensuring compliance with safety and operational standards. This procurement is critical for maintaining the functionality and safety of essential infrastructure at federal facilities. Interested contractors must submit their proposals by April 24, 2025, at 5 PM Eastern Time, and can direct inquiries to Donald Richer at dricher@usbr.gov. The contract performance period is set from May 1, 2025, to April 30, 2030.
J--Northern California Area Office (NCAO) Elevator Maintenance and Servicing (Base
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide maintenance and servicing for eight vertical lifts at the Northern California Area Office (NCAO) located in Shasta Lake, CA. The procurement aims to secure comprehensive elevator maintenance, including routine inspections, corrective actions, emergency responses, and the supply of necessary spare parts, all in accordance with established safety and regulatory guidelines. This contract is crucial for ensuring operational safety and efficiency within government facilities, with a performance period consisting of a base year and four optional annual extensions. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by May 1, 2025, at 1:00 PM Pacific Daylight Time to Erma Funtanilla at efuntanilla@usbr.gov.
Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim of Grand Canyon National Park. The procurement includes annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure of one of America's premier national parks, with a five-year ordering period anticipated to commence on May 10, 2025. Interested vendors must submit their quotes electronically by May 7, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
Wire Rope Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for a Wire Rope Assembly through solicitation number 70Z04025Q60224Y00. The procurement requires a specialized wire rope assembly designed for use on the Syncro Ship Lift at the Coast Guard Yard, with strict adherence to specifications and no substitutions permitted. This equipment is critical for maintaining operational capabilities, with delivery expected to the Surface Forces Logistics Center in Baltimore, Maryland, by May 9, 2025. Interested vendors should direct inquiries to SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or call 571-613-2506, ensuring compliance with all applicable Federal Acquisition Regulations throughout the bidding process.
Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.