U--Notice of Intent to Sole Source - CEATI Membership
ID: 140R8126Q0018Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Professional Organizations (813920)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of the Interior, Bureau of Reclamation, intends to award a sole source contract for membership services to the Centre for Energy Advancement through Technological Innovation (CEATI). This procurement aims to formalize Reclamation's ongoing partnership with CEATI, focusing on advancing objectives related to hydropower generation, dam safety, and asset management through various specialized programs. CEATI's membership provides access to industry best practices and collaborative solutions to technical challenges, which are critical for Reclamation's mission. Interested parties may submit capability statements by December 29, 2025, to Gene Parrill at gparrill@usbr.gov, as this notice is not a request for competitive offers.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J&A Sole Source for Membership to HRI
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, intends to negotiate a sole source contract with the Hydropower Research Institute (HRI) for membership that will facilitate the storage and aggregation of hydropower operation data for U.S. Army Corps of Engineers (USACE) powerplants. This membership is crucial for enhancing the management and operational efficiency of hydropower resources, allowing for better data utilization in decision-making processes. The contract will be executed in Mobile, Alabama, and interested parties can reach out to Joan Rensink at joan.a.rensink@usace.army.mil or by phone at 251-441-6172 for further inquiries.
    R--Notice of Intent to Issue a Sole Source Award to Haverly Systems, Inc.
    Energy, Department Of
    The U.S. Department of Energy (DOE) intends to issue a sole source award to Haverly Systems, Inc. for maintenance agreements and technical support related to specific software systems utilized by the Energy Information Administration (EIA). The procurement includes support for the H/CAMS Crude Assay Management System, Chevron Crude Assay Library, Generalized Refining - Transportation - Marketing Planning System (GRTMPS), and ORTMPS Multicore Processing, with an estimated performance period of up to 60 months, comprising a 12-month base period and four optional 12-month extensions. This opportunity is critical for ensuring the continued functionality and support of essential software systems that aid in energy data management and analysis. Interested parties must submit written responses demonstrating their capability to meet these requirements to Jennifer Scharrer at jennifer.scharrer@hq.doe.gov by the specified deadline, as this notice serves informational purposes only and is not a solicitation.
    Bradbury Dam Pump Rental
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the rental and operation of a temporary water supply pump system at Bradbury Dam, as outlined in Solicitation Number 140R2026Q0017. The project requires the contractor to furnish, install, test, operate, disassemble, and remove a system capable of delivering an adjustable flow rate of 9-11 cubic feet per second (cfs) from Lake Cachuma to the Bradbury Dam spillway, with operations scheduled from January 12 to January 16, 2026. This acquisition is a 100% small business set-aside, emphasizing the importance of small business participation in government contracts, and quotes are due by January 5, 2026, at 12:00 PM Pacific Time, to be submitted via email to Joe Molina at joemolina@usbr.gov.
    7A--Intent to Sole Source Notice-GE
    Energy, Department Of
    The Department of Energy's Western Area Power Administration (WAPA) intends to procure maintenance services for its GE Vernova International LLC software licenses on a sole source basis. The procurement aims to secure the 2026 Steady State Power Flow Annual Maintenance, which is crucial for the ongoing functionality and support of WAPA's various perpetual software licenses. This maintenance service is essential for ensuring the reliability and efficiency of power flow management systems utilized by the agency. Interested parties may submit a capability statement within 10 calendar days of this notice, with submissions directed to Seth Johnson at SDJohnson@wapa.gov or by phone at 970-461-7396. The period of performance for this contract is set from March 1, 2026, to February 28, 2027.
    Notice of Intent to Sole Source to Independent Commodity Intelligence Services
    Energy, Department Of
    The U.S. Department of Energy (DOE) is issuing a Notice of Intent to Sole Source to Independent Commodity Intelligence Services for a procurement related to the Energy Information Administration (EIA). This requirement is justified under the Federal Acquisition Regulation (FAR) 13.5, which allows for simplified procedures for one source, indicating that the services or products are uniquely available from this vendor. The procurement is categorized under the PSC code T099, which pertains to other photo/map/print/publication services, highlighting the specialized nature of the goods or services sought. For further inquiries, interested parties can contact Katherine Bowen at katherine.bowen@hq.doe.gov.
    N8 AIR ADMISSION SUPPORT CONE
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking capability statements from businesses for the manufacture of the N8 Air Admission Support Cone, which is critical for the air admission system at Hoover Dam. This Sources Sought announcement aims to identify potential suppliers who can produce the cone based on provided specifications, with the goal of determining an appropriate procurement strategy, including possible set-asides for small businesses. The selected manufacturer will play a vital role in maintaining the operational integrity of the air admission system, which is essential for the dam's functionality. Interested firms must submit their responses, including company information and a capability statement, by December 29, 2025, at 1700 Pacific Time, referencing solicitation number 140R3026R0006. For further inquiries, contact Noah Maye at nmaye@usbr.gov.
    Z--Digital Governor Modernization
    Interior, Department Of The
    The U.S. Bureau of Reclamation is seeking to award a sole source contract for the modernization of digital governors at the Shasta Power Plant in California. This project involves upgrading existing, over 20-year-old Programmable Logic Controllers (PLCs) and Human-Machine Interfaces (HMIs) to enhance operational efficiency and extend the lifespan of the equipment by 15-20 years. The selected contractor, L&S Electric Inc., will replace obsolete components with Modicon M580 PLCs and Magelis HMI touchscreen panels, while also incorporating new operational modes for improved functionality. Interested firms must submit their qualifications and demonstrate their capability to meet the requirements by 10:00 AM Pacific Standard Time on January 5, 2026, to the Contract Specialist, Mouang Phan, at mphan@usbr.gov.
    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.
    N1 BRAKE RING REPLACEMENT
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to participate in a Sources Sought announcement for the replacement of a brake ring assembly for Unit N1 at the Hoover Dam. The procurement involves the manufacturing of 10 new brake plates, the removal of the old ones, and the installation of the new components, which will come with a five-year warranty. This initiative is crucial for maintaining the operational integrity and safety of the dam's machinery. Interested parties are invited to submit capability statements by January 1, 2026, at 1700 Pacific Time to mwatanga@usbr.gov and nmaye@usbr.gov, referencing solicitation number 140R3026R0008. Submissions should include firm details, manufacturing status, product origin, size status/SBA certifications, and an estimated delivery date, with a maximum of five pages for the capability statement.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.