S--Columbia Mowry Operation & Maintenance Support Service
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, is conducting a Sources Sought to identify qualified small businesses for Operations & Maintenance (O&M) Support Services at the Columbia Mowry Water Distribution facilities in Firebaugh, California. This notice is for market research purposes to determine the availability of technically capable small businesses and the potential for a small business set-aside. Responses are due by Monday, February 16, 2026, at 12:00 p.m. PST.
Scope of Work
The requirement involves comprehensive O&M support for the Columbia Mowry O&M New facilities. This includes the Columbia Main Pumping Plant, Columbia Diversion Channel, Columbia Delivery Canal, structures on Columbia Canal, Columbia Re-lift Pump Plants A, B, C North and C South, and associated pipelines. Services encompass:
- Maintenance Activities: Preventive maintenance, inspections, corrective actions, and emergency/non-emergency repairs for roads, fences, drainage channels, pumps, signs, gates, bridges, buildings, and all associated mechanical and electrical equipment.
- Additional Services: Weed and rodent abatement, minor construction, and other services to ensure a complete and usable system.
- Performance Standards: Prioritized work (Emergency, preventing normal operations, PM schedule, other PWS tasks). Emergency response times are 2 hours during business hours and 4 hours outside. A Quality Control Plan (QCP) and monthly work order status reports are required.
- Special Requirements: Contractor must provide administrative support, designate an O&M Manager, ensure professional personnel with valid licenses, develop a contingency plan, adhere to safety regulations, manage hazardous materials, and utilize Government-Furnished Equipment (a specific General Motors Truck with Boom). Pest management, road maintenance, electrical maintenance, and water operations (including Ditch Tenders) are also critical components.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 561210 (Facilities Operations Support Services) with a $47M small business size standard.
- Set-Aside: To be determined based on market research (seeking small business capabilities).
- Response Due: Monday, February 16, 2026, 12:00 p.m. PST
- Published: February 6, 2026
Submission Requirements
Interested businesses should submit the following electronically to Joe Molina (joemolina@usbr.gov), referencing notice number 140R2026Q0025:
- Company name, address, DUNS number, and point of contact name and email address.
- Business size and applicable small business size classification (e.g., 8(a), HubZone, Veteran Owned, Woman Owned).
- Information demonstrating capability and resources to meet the specifications of the attached draft Performance Work Statement (PWS), specifically specialized labor categories.
- Intent to submit a quote if a solicitation is issued.
Additional Notes
This is not a solicitation announcement. Responses will not be considered proposals or quotes, and no award will be made as a result of this notice. The Government will not be responsible for any costs incurred by respondents.