M--OPERATION AND MAINTENANCE OF YDP, IDIQ
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 U.S. Bureau of Reclamation (Reclamation), Yuma Area Office (YAO) has issued a Sources Sought announcement for Operation and Maintenance (O&M) support services for the Yuma Desalting Plant (YDP) and Water Quality Improvement Center (WQIC) in Yuma, Arizona. This is for acquisition planning purposes, and no formal solicitation exists. Responses will help determine the procurement strategy, including potential set-asides. Capability statements are due by April 23, 2026.
Scope of Work
Reclamation requires comprehensive O&M services for a five-year period. This includes contract management, planning, supervision, administration, personnel, engineering support, materials, chemicals, tools, equipment, supplies, transportation, and facilities for the YDP, A-22 Waste Disposal Facility, WQIC, and maintenance of Analytical Laboratory Services (ALS). Services are required on a 24-hour, 365-day basis.
The Yuma Desalting Plant (YDP) is a 73-million gallon per day Reverse Osmosis (RO) plant, currently in a "Maintenance Only Status." The requirement includes maintaining the plant in ready reserve status, with options for short-term demonstration runs at 33%, 66%, or 100% capacity. The Water Quality Improvement Center (WQIC) supports water treatment research, including membrane separation processes, and facilitates third-party research partnerships.
Contract & Timeline
- Type: Sources Sought (for acquisition planning)
- Anticipated Contract Type: Single award Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Five-year period
- NAICS Code: 561210, Facilities Support Services
- Small Business Size Standard: $47M
- Set-Aside: None specified; responses will inform set-aside determination. All businesses are invited to respond.
- Response Due: April 23, 2026, 1200 Noon Pacific Time
- Published: April 8, 2026
Submission Requirements
Interested firms must submit a capability statement (not exceeding 5 pages) via email. The statement should include:
- Firm name, address, phone, email, and Unique Entity ID.
- Size classification and socioeconomic status (e.g., SDVOSB, Small Disadvantaged Business, ED/WOSB, HUBZone, 8(a)).
- Demonstration of previous experience as a prime or subcontractor performing similar services in the southwestern US, including project details (title, location, description, dollar value, contract number, completion date, customer references).
- Information on key personnel and their qualifications.
Contact & Submission
- Email Submission: csamuels@usbr.gov
- Subject Line: Include reference number 140R3026R0012
- Questions: Direct to Colleen Samuels via email (csamuels@usbr.gov). No phone calls.
Additional Notes
This is not a request for proposals, quotations, or bids. The Government does not intend to award a contract based on this notice or pay for information solicited. A formal solicitation, if issued, will be posted on SAM.gov.