72--E21 - PRCA Shutter Repair Service

SOL #: 140R3026Q0010Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
LOWER COLORADO REGIONAL OFFICE
BOULDER CITY, NV, 89005, United States

Place of Performance

Place of performance not available

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

Draperies, Awnings, And Shades (7230)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Dec 15, 2025
3
Submission Deadline
Dec 22, 2025, 6:00 PM

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.

This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size, capable of providing these services, are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm¿s previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.

Requirement
The Department of Interior Bureau of Reclamation Lower Colorado Basin has a requirement for inspection and repair of 23 security shutters. The contractor must conduct a preliminary inspection of the 23 security shutters, order necessary material to complete the shutter repairs, transport contractor staff and materials to the site, re-establish the pre-existing security measures provided by the security shutters at PRCA, and remove waste produced by the service work from the site upon completion through this contract.

The approximate dimensions (width x height) for some of the shutters are as follows: front windows (70¿ x 60¿), regular bedrooms (56¿ x 60¿), master bedrooms (71¿ x 60¿), sliders (73¿ x 84¿), kitchen window (71¿ x 40¿), etc.
The dimensions provided are not representative of every shutter.

A preliminary inspection of the shutters should occur to determine the exact dimensions of each of the shutters and required materials to service the shutters.
The Contractor shall be an authorized service technician for products manufactured by Tucson Rolling Shutters & Screens. All components, materials, and equipment furnished and installed under this contract shall be fully compatible with the existing security shutter systems to ensure seamless integration and continued operational performance.
All purchased components and materials to be installed must be compatible with the existing security shutter systems.
The contractor must deliver services to repair and inspect the existing shutters on both
buildings at PRCA.

The contract effort will be performed at PRCA. The coordinates for Building 100 are 34°14'53.2"N 113°57'06.3"W. The coordinates for Building 200 are 34°14'51.5"N 113°57'01.8"W.
The site is very remote and requires the use of off-road capable vehicles.
All the routes to PRCA require travel on dirt and/or gravel roads that are not regularly maintained.

Period of Performance for this service is anticipated for 01/19/2026 to 03/18/2026.

The North American Industry Classification System (NAICS) Code for this acquisition is 81149 Other Personal and Household Goods Repair and Maintenance. The small business size standard for NAICS Code 81149 is 9.0 million.

Interested firms must submit the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Identifier Number (formerly DUNS)
5. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
6. Capability Statement (not to exceed 10 pages). A brief summary of demonstrating the company¿s ability to provide the repair service required.

All responses must be submitted via email no later than 12:00 Noon Pacific Time, December 22, 2025. Email address: efoskeyanderson@usbr.gov. Include the reference number (140R3026Q0010) in the subject line. All questions concerning the sources sought announcement should be directed to Ebonie Foskey-Anderson by email at efoskeyanderson@usbr.gov. No phone calls please.
When it is determined that a formal solicitation will be issued, a combined synopsis/solicitation will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.

People

Points of Contact

Foskey-Anderson, EboniePRIMARY

Files

Files

Download
Download

Versions

Version 3
Solicitation
Posted: Dec 15, 2025
View
Version 2Viewing
Solicitation
Posted: Dec 15, 2025
Version 1
Solicitation
Posted: Dec 15, 2025
View