H--NCAO Troubleshoot Brake System at Shasta Dam
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, MP-REGIONAL OFFICE (Department of the Interior) is seeking proposals for a Firm Fixed Price (FFP) Purchase Order to troubleshoot and repair the brake system of the Shasta Dam Elevator at the Northern California Area Office (NCAO). This opportunity is a Total Small Business Set-Aside. Proposals are due by January 30, 2026, at 11:00 AM Pacific Standard Time (PST).
Scope of Work
The contractor will perform a comprehensive inspection, troubleshooting, and repair of the Shasta Dam elevator brake system. The work includes ensuring the brake system operates within manufacturer specifications for stopping distance, holding force, and response time, while complying with ASME A17.1/CSA B44 Safety Code for Elevators and Escalators. Functional testing and commissioning of the repaired system are also required.
Key Requirements & Deliverables
- Deliverables: Repair and commissioning plan, initial diagnostic report, final test and inspection report, certification of compliance, and warranty documentation.
- Technical Approach: Bidders must provide proof of qualified staff, including one from KTR and one from Nidec Elevators/MCE/Imperial, who will be present for tasks 1-8.
- Attachments: Detailed technical specifications, job manuals for the hydraulic unit and components (Lammers motors, ifm electronic pressure sensors, KTR-STOP brakes), additional photos of industrial equipment and diagnostic screens, and a Nidec MCE i-AC-01 motor data plate are provided for bidder reference.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Purchase Order.
- Period of Performance: Approximately sixty (60) days from the award date.
- Set-Aside: Total Small Business.
- NAICS Code: 541350 (Engineering Services), with a size standard of $11.5 million.
- Wage Determination: U.S. Department of Labor Wage Determination (No. 2015-5627, Revision No. 25) for Shasta County, California, is applicable, outlining minimum wage rates and fringe benefits for various occupational classifications.
Submission & Evaluation
- Quote Due Date: January 30, 2026, at 11:00 AM PST.
- Submission Method: Email to efuntanilla@usbr.gov.
- Required Documents: Completed pages 4 & 5 of the solicitation, completed FAR Clause 52.212-3 (paragraph b if SAM is updated), a price breakout (labor categories, materials/special tools), and technical approach information.
- Evaluation Factors: Comparative evaluation based on Technical Approach, Past Performance, and Price.
- Amendment 0001: This amendment provides answers to vendor questions, confirms the submission due date remains unchanged, and adds Provision 52.237-1 (SITE VISIT). It also notes that payment bonds, performance bonds, and insurance are not required. Contractors must acknowledge this amendment by submitting a signed SF-30 with their quote.
Important Notes
- A site visit was scheduled for Wednesday, January 28, 2025, with registration required by Tuesday, January 27, 2025, at 2:00 pm PST via email to efuntanilla@usbr.gov. This provision emphasizes the importance of site inspection for offerors.
- Contact: Erma Funtanilla (efuntanilla@usbr.gov, 916-978-5151).