J--WASH RACK MAINTENANCE

SOL #: 140R3026Q0006Sources Sought

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

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Special Industry Machinery (J036)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Response Deadline
Dec 6, 2025, 1:00 AM

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 items 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 based on this notice or otherwise pay for information solicited.
Proposed Project:
The Bureau of Reclamation, Hoover Dam, Property and Vehicle Maintenance Group of the Hoover Dam, Boulder City, NV requires the current wash rack electric pressure washer and water recycle system to be maintained to factory specifications on a scheduled basis.
The tasks the contractor is to complete are as follows:
1.1.1 Thoroughly test and inspect complete Recycle System including peripheral equipment
1.1.1.1 Inspect any specific faults noted by Warehouse Personnel
1.1.2 Perform any routine maintenance
1.1.3 Test and inspect Reagent pumps
1.1.3.1 Check for air bubbles in lines
1.1.3.2 Adjust pumps settings as needed
1.1.4 Test and inspect skimming system
1.1.4.1 Inspect tank and scum level
1.1.4.2 Inspect skimming pipes
1.1.4.3 Adjust skim timer as needed
1.1.5 Test and inspect sludge removal system
1.1.5.1 Inspect sludge levels in coagulant and separator tanks
1.1.5.2 Inspect sludge socks for efficiency
1.1.5.3 Adjust sludge timer as needed
1.1.6 Check and calibrate pH sensor
1.1.6.1 Clean sensor bulb before calibration occurs
1.1.6.2 If necessary, mix buffer solution to maintain proper pH levels
1.1.7 Inspect and clean collection pit
1.1.7.1 When cleaning out the collection pit, remove all heavier solids and floatable oils and greases from wastewater.
1.1.8 Test and inspect all electrically energized components to include but not limited to:
1.1.8.1 Power switches
1.1.8.2 Breakers
1.1.8.3 Automatic flow control valves
1.1.8.4 Pumps
1.1.8.5 Wiring
1.1.8.6 Motors
1.1.8.7 Float switches
1.1.8.8 Etc..
1.1.9 Inspect all filter media
1.1.9.1 Cleaning filters and media if possible
1.1.9.2 Advise on replacement when necessary


Delivered to the Hoover Dam Central Warehouse State Route 172, Boulder City, NV 89005.
The applicable North American Industry Classification System (NAICS) Code 332911, Pressure Control Valves Manufacturing with a size standard of 750 Employees.
Interested firms must submit the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Entity ID Number (Formerly the DUNS Number)
5. Statement as whether the firm manufacturers the end product or not.
6. Identify if the product is American made or not.
7. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, Indian Small Business Economic Enterprise, other)
8. Capability Statement (not to exceed 5 pages). A brief summary of capabilities to include demonstration of the company's capability to perform the work. Previous procurements performed of similar size and complexity to include references with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items.
9. Estimated delivery date.
All responses must be submitted via email no later than 1600 Pacific Time on 1/5/2026. Email address: nmaye@usbr.gov. Include the reference number (AGBOR300170) in the subject line.
When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.

People

Points of Contact

Maye, NoahPRIMARY
|
70229384990000

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Nov 21, 2025
J--WASH RACK MAINTENANCE | GovScope