Hoover Dam emergency Generator Maintenance and Rep
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 Bureau of Reclamation (BOR), Lower Colorado Region, is seeking proposals for comprehensive generator and automatic transfer switch (ATS) maintenance and repair services for its Hoover Dam facilities. This requirement is for a five-year Blanket Purchase Agreement (BPA) and is designated as a Total Small Business Set-Aside. Quotes are due by February 23, 2026, at 3:00 PM local time (PST).
Scope of Work
The contractor will provide all necessary personnel, supervision, labor, subcontractors, tools, materials, equipment, and supplies to inspect, maintain, and repair electrical power generators and ATS units. Services include:
- Preventative Maintenance (PM): Level I Quarterly and Level II Annual inspections, including checks of belts, cooling/exhaust systems, oil levels, air filters, fuel systems, batteries, and operational checks. Annual inspections include coolant analysis, fuel filter replacement, battery testing, and a 60-minute load bank test at 80% rated capacity.
- Emergency Services: Response within 8 hours, on-site within 24 hours, and work commencement within 24 hours.
- Repair Services: Scheduled repairs to be completed within two business days; repairs exceeding $500 require prior approval.
Work must comply with manufacturer instructions and applicable regulations. The PWS covers six specific generators located at NV SRF Building, NV Visitor Center, NV Lower Portal Rd, NV Gantry Crane, AZ Portable Unit, and AZ Gantry Crane. Normal work hours are Monday through Friday, 7:00 a.m. to 3:00 p.m., with exceptions for critical electrical service interruptions.
Key Deliverables include quarterly and annual inspection reports, repair reports, equipment deficiency checklists, and an annual service log. The contractor must implement a Quality Control Plan (QCP) and comply with all safety regulations, including OSHA and Reclamation Safety and Health Standards (RSHS).
Exclusions from the scope include full generator replacements, major engine overhauls, alternator repairs beyond standard PM, emission upgrades, fuel tank removal, control system reprogramming, and enclosure repairs not caused by the contractor.
Contract & Timeline
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: March 2, 2026, to March 1, 2031 (five years)
- Ordering: Services will be issued via individual BPA calls.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333618 – Other Engine Equipment Manufacturing (Size Standard: 1500 Employees)
- Response Due: February 23, 2026, at 3:00 PM local time (PST)
- Published: January 23, 2026
- Place of Performance: Hoover Dam, Boulder City, Nevada
Submission & Evaluation
This is a Request for Quote (RFQ), and the announcement serves as the only solicitation. Award will be based on the lowest priced responsive, responsible quote. Offerors must submit electronic quotes via SAM.gov Contract Opportunities and also via email to gmincey@usbr.gov and Igallardo@usbr.gov. Bidders must complete the provided price schedule and adhere to the U.S. Department of Labor Wage Determination (No. 2015-5629, Revision No. 28) for the Service Contract Act.
Points of Contact
- Luis Gallardo: lgallardo@usbr.gov, 928-343-8129
- Gilbert Mincey: gmincey@usbr.gov