61--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 Department of the Interior, Bureau of Reclamation, Lower Colorado Regional Office has issued a Solicitation (140R3026Q0002) for emergency generator maintenance and repair services at Hoover Dam and associated facilities in Boulder City, Nevada. This opportunity is a Total Small Business Set-Aside. Amendment 0001 has been issued to address vendor questions and provide detailed equipment information. Offers are due February 23, 2026, at 3:00 PM PST.
Scope of Work
The contractor will provide all personnel, supervision, labor, subcontractors, tools, materials, equipment, and supplies necessary for comprehensive inspection, maintenance, and repair of electrical power generators and Automatic Transfer Switch (ATS) units. Services include:
- Preventative Maintenance: Level I Quarterly and Level II Annual inspections, including 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.
- Repairs: Scheduled repairs to be completed within two business days, with prior approval required for repairs exceeding $500. The work covers six specific generators and an ASCO 7000 Series Power Transfer Switch located at NV SRF Building, NV Visitor Center, NV Lower Portal Rd, NV Gantry Crane, AZ Portable Unit, and AZ Gantry Crane. All work must comply with manufacturer instructions, OSHA, and Reclamation Safety and Health Standards. Exclusions include full generator replacements, major engine overhauls, and certain alternator or enclosure repairs.
Contract Details
- Contract Type: Five-year Blanket Purchase Agreement (BPA).
- Period of Performance: March 2, 2026, through March 1, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333618 - Other Engine Equipment Manufacturing (Size Standard: 1500 Employees).
- Product Service Code: 6115 - Generators And Generator Sets, Electrical.
Submission & Evaluation
This is a Request for Quote (RFQ), and electronic quotes must be submitted via SAM.gov Contract Opportunities. Offers are due by February 23, 2026, at 3:00 PM, local time (PST), and should also be emailed to gmincey@usbr.gov and Igallardo@usbr.gov. Award will be based on the lowest priced responsive, responsible quote. Bidders must utilize the provided price schedule, fill in proposed unit prices, and ensure compliance with the U.S. Department of Labor Wage Determination (No. 2015-5629, Rev. 28) for the Service Contract Act. A Quality Control Plan (QCP) and Job Hazard Analysis (JHA) are required.
Key Updates
Amendment 0001, issued on February 4, 2026, addresses vendor questions and provides detailed information on the generators and power transfer switch, including quantity, location, make, model, amperage, and photos, via Attachment A. All other terms and conditions, including the submission deadline, remain unchanged.
Contact Information
Primary Point of Contact: Gilbert Mincey (gmincey@usbr.gov, 7022938581).