43--Central Section Sump Pump Replacements-Hoover Dam
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation, is conducting market research through a Sources Sought notice to identify qualified businesses capable of providing two replacement HydroFlo Vertical Turbine or equal sump pump assemblies for Hoover Dam. This effort aims to gather information for acquisition planning and to determine the appropriate acquisition strategy, including potential set-aside decisions. Responses are due by April 6, 2026.
Scope of Requirement
The government requires two (2) interchangeable sump pump assemblies, specifically based on previously procured HydroFlo Vertical Turbine pumps, to ensure ease of maintenance and reduce stock of wear parts. These pumps will be installed by government personnel at the Hoover Dam Central Warehouse, Boulder City, NV 89005.
Required Pump Assembly Characteristics:
- Type: 16HH single-stage vertical turbine pump assembly
- Head Shaft: 1.5" (416 stainless steel)
- Motor Stand: Coated steel (16" 150# flat-face discharge flange)
- Column Assembly: Approx. 630" of 16” oil-lube/water-flush
- Discharge: Underground-style
- Bowl Assembly: 16HH oil-lube/water-flush with bell suction and external oil-lube line
- Strainer: 304 stainless-steel bolt-on basket
- Coating: All steel components with Tnemec N140 (6–8 mils DFT)
- Impeller/Collet: 16HH (316 stainless steel)
- Motor: 2300 V, 3-phase, 60 Hz, 150 HP, 1800 RPM, 4-pole
Required Pump Performance:
- Flow: 5000 GPM
- Head: 60 ft
- NPSHr: 18.6 ft max
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- NAICS Code: 333914 - Measuring, Dispensing, and Other Pumping Equipment Manufacturing (Size Standard: 750 employees)
- Response Due: April 6, 2026, by 3:00 PM Pacific Time
- Published: March 19, 2026
Information Requested from Firms
Interested and capable firms should submit the following:
- Company Name and Address
- Phone Number and Email Address
- Unique Entity Identifier (UEI)
- Business Size and SBA Certifications (e.g., SB, WOSB, HUBZone, SDVOSB, ISBEE)
- Capability Statement (maximum 5 pages) demonstrating experience with similar work, including references and Point of Contact (POC) information.
- Comparable product data sheet for "or equal" items.
Response Instructions
Submissions must be sent via email to gilbert_mincey@ios.doi.gov and luis_gallardo@ios.doi.gov. The subject line of the email must include the reference number 140R3026Q0054.
Additional Notes
This notice is for acquisition planning purposes only and does not constitute a solicitation or guarantee a future contract award.