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, Mid-Pacific Region, is soliciting proposals for a Firm Fixed-Price (FFP) Purchase Order to troubleshoot and repair the brake system of the Shasta Dam Elevator located at the Northern California Area Office (NCAO). This opportunity is a Total Small Business Set-Aside. The primary issue involves intermittent "KTR Brake Temperature Faults" requiring expert diagnosis and repair. Quotes are due by February 5, 2026, at 11:00 AM PST.
Scope of Work
The selected contractor will be responsible for a comprehensive inspection, troubleshooting, and repair of the Shasta Dam elevator brake system. The elevator is a Traction, Gearless, 10,000 capacity, 500 speed, 12-stop unit, modernized in 2020-2021 with a KTR brake system on the main traction drive (Nidec MCE i-AC-01, Serial: 3462736). The intermittent "KTR Brake Temperature Faults" are suspected to be caused by an oil pump not shutting off correctly, leading to overheating. The contractor must ensure the brake system operates within manufacturer specifications and complies with ASME A17.1/CSA B44 Safety Code.
Key Requirements & Deliverables
- Expertise: The technical approach must demonstrate qualified staff, including at least one representative from KTR and one from Nidec Elevators/MCE/Imperial, present for critical tasks.
- Coordination: Upon award, the Contracting Officer Representative (COR) will coordinate work scheduling with the contractor and the current maintenance provider (TECH O.R., LLC). Elevator mechanics will support the contractor, and the COR will arrange necessary elevator outages. All parties must agree on a date window for the work.
- Deliverables: A repair and commissioning plan (for BOR approval), an initial diagnostic report, a final test and inspection report, certification of compliance, and warranty documentation.
- Period of Performance: Approximately sixty (60) days from the award date.
- No Bonds/Insurance: Payment bonds, performance bonds, and insurance are not required for this contract.
Contract Details & Submission
- Contract Type: Firm Fixed Price (FFP) Purchase Order.
- Set-Aside: Total Small Business Set-Aside (NAICS 541350, $11.5M size standard).
- Evaluation: Comparative evaluation based on Technical Approach, Past Performance, and Price.
- Submission Due Date: February 5, 2026, at 11:00 AM PST.
- Submission Method: Email quotes 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 detailed price breakout (labor categories, materials/special tools), and technical approach information. Offerors must acknowledge all amendments by submitting a signed Standard Form (SF)-30 with their quote.
- Contact: Erma Funtanilla (efuntanilla@usbr.gov, 916-978-5151).