NCAO 15 Data Collection Systems-Data Control Platf
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 (NCAO), is soliciting proposals for Data Collection System Data Control Platform Radio Upgrades. This is an UNRESTRICTED acquisition, with the government intending to sole source to YSI, INC. in accordance with FAR 12.102(a). Proposals are due by April 23, 2026, 3:00 p.m. PDT.
Purpose & Scope
The primary objective is to upgrade and repair approximately 15 Data Control Platforms (DCPs) to meet the new National Oceanic and Atmospheric Administration (NOAA) GOES Certification Standard 2 for transmitters by May 31, 2026. This ensures continued compliance with regulatory requirements. The scope includes purchasing and installing new YSIT GOES Radio transmitters (H-522P-V2) for existing Xylem Analytics YSI H-522+ DCPs and performing necessary repairs. Work will be performed in batches of three to four DCPs at the contractor's facility.
Key Requirements
- CLIN 00010: Data Control Platform Radio Upgrades (15 EA).
- CLIN 00020: Retrofit Services (1 AU).
- Compliance with NOAA's Certification Standard 2 is mandatory.
- Contractor is responsible for providing parts, labor, special tools, and safety equipment.
- Contractor must cover the cost of transporting DCPs back to Reclamation after upgrades/repairs.
- Quoters must submit technical specifications of the product(s) being quoted to ensure compliance with the Statement of Work (SOW).
Contract Details
- Type: Firm Fixed-Price (implied).
- Set-Aside: UNRESTRICTED.
- NAICS: 334513, Size Standard: 750 Employees.
- Period of Performance: Project completion within 6 months from the time of award.
- Delivery: F.O.B. Destination to Bureau of Reclamation, Shasta Dam, CA.
- Payment: Will be made via the Invoice Processing Platform (IPP).
Submission & Evaluation
- Quote Due Date: April 23, 2026, 3:00 p.m. PDT.
- Questions Deadline: April 20, 2026, 10:00 a.m. PDT.
- Submission Method: Via email only to Steven Teves (steven_teves@ios.doi.gov).
- Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Evaluation factors include technical specification product information (compliance with SOW) and price (fairness, reasonableness, and absence of unbalanced pricing).
Important Notes
- Quotes must remain valid for 60 days from the due date.
- The government will provide the DCPs as Government Furnished Property (GFP).
- Attachment 1 contains the detailed Statement of Work (SOW).