V--UTA TRANSIT SUBSIDY 2026
ID: 140R4026Q0005Type: Special Notice
Overview

Buyer

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

NAICS

Mixed Mode Transit Systems (485111)

PSC

TRANSPORT/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUIT: PURCH OF TRANSIT/PUBLIC TRANSPORT FARE MEDIA (V229)
Timeline
    Description

    The Department of the Interior, through the Bureau of Reclamation, intends to award a sole-source contract to the Utah Transit Authority (UTA) for the provision of Annual Eco Pass Transit Passes for the year 2026. This procurement is specifically aimed at securing transit services for the Wasatch (I-15 Corridor), with UTA being the only authorized mass transit authority capable of fulfilling this requirement. The contract will be awarded under FAR Parts 12 and 13, and interested parties who believe they can provide similar services are invited to submit a statement of interest and capability by December 9, 2025, at 10:00 AM Mountain Standard Time, to Contract Specialist Samantha Colt at SColt@usbr.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation intends to award a sole-source, firm fixed price contract to Utah Transit Authority (UTA) for Annual Eco Pass Transit Passes for the period of January 1, 2026, to December 31, 2026. This decision is based on UTA being the only authorized mass transit authority for the Wasatch (I-15 Corridor) capable of providing these services. The award will be made under FAR Parts 12 and 13, specifically citing FAR 13.106 (b)(1)(i) for purchases not exceeding the Simplified Acquisition Threshold and the statutory authority 10 USC 2304(c)(1). This is not a request for competitive quotes, and no solicitation will be issued. Interested parties capable of providing these services may submit a statement of interest and capability, including SAM registration, UEI ID, Cage Code, and Tax Identification Number, to Contract Specialist Samantha Colt at SColt@usbr.gov by December 9, 2025, 10:00 AM Mountain Standard Time. The government reserves the right to pursue single-source negotiation or compete the requirement based on the information received.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Regional Transportation District EcoPasses
    Buyer not available
    The National Institute of Standards and Technology (NIST) intends to negotiate a sole-source contract with the Regional Transportation District (RTD) for the procurement of Eco-Passes. This acquisition is aimed at facilitating transportation services, which are vital for the mobility of personnel and operations within the Boulder, Colorado area. Interested contractors may challenge the sole-source decision by submitting an interest letter and capabilities statement, including evidence of a process for annual monetary reimbursements for unutilized Eco-Passes, by December 11, 2025, at 10:00 AM Mountain Daylight Time. For further inquiries, interested parties can contact Lauren Lopez at lauren.lopez@nist.gov or Shawn Borisow at shawn.borisow@nist.gov.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for the procurement of Passive Integrated Transponders (PIT) Tags and associated equipment through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation replaces the previous solicitation (140R4025F0014) and aims to ensure the availability of essential tagging and tracking equipment used in various environmental and wildlife management applications. Interested parties should note that the solicitation details have been updated on SAM.gov, and for further inquiries, they can contact Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    NOTICE OF INTENT: Utility Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract for utility services with the Navajo Tribal Utility Authority in Shonto, Arizona. This procurement involves essential services for electric, water, and wastewater utilities required by the Inscription House Health Center, with the contract set to commence on January 1, 2026. The sole source award is justified as the Navajo Tribal Utility Authority is the only regional provider capable of meeting the unique service requirements within a 100-mile radius. Interested parties other than the Navajo Tribal Utility Authority may submit a capability statement to Flora Washington at flora.washington@ihs.gov by 12:00 PM MST on December 5, 2025, although the government is not obligated to respond to submissions.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    7A--ITRON Software Maintenance Renewal
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking to procure the annual maintenance renewal for ITRON applications and support on a sole source basis. The procurement aims to ensure continued operational support for critical software applications, with a specified period of performance from January 1, 2026, to December 31, 2026. This maintenance is vital for the ongoing functionality and reliability of the software used in power administration operations. Interested parties may submit a capability statement to Amber Myers, Contract Specialist, at amyers@wapa.gov, within five calendar days of the notice publication, as this is not a request for competitive quotes.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    37--MRG SFD Boom Mower Attachment
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to ATMAX Equipment Co. for the procurement of one MowerMax Boom Attachment Twin Saw, specifically a 90-inch model with a 90-degree articulating knuckle. This equipment is essential for vegetation management within the Bureau's operations, ensuring compatibility with existing MowerMax machinery already in use. The contract, identified by Solicitation Number 140R4026Q0002, is expected to be awarded on January 19, 2026, and will be processed under FAR Part 13, with a performance period of 365 days from the award date. Interested parties can contact Valerie Jiron at vjiron@usbr.gov or by phone at 505-462-3658 for further information.