TSC - FY26 WATERFALL

SOL #: 140R4026Q0018Combined Synopsis/Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
UPPER COLORADO REGIONAL OFFICE
SALT LAKE CITY, UT, 84138, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Application Development Software Delivered By Perpetual License, Consisting Of Analysis, Design, Development, Code, Test And Release Packages Associated With Application Development Projects. (7A20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 30, 2026
2
Submission Deadline
Feb 4, 2026, 4:00 PM

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 soliciting quotes for Waterfall License and maintenance support for Waterfall security solutions under a Combined Synopsis/Solicitation (RFQ). This opportunity is a 100% Total Small Business Set-Aside. Quotes are due by February 4, 2026, at 11:00 AM Eastern Time.

Scope of Work

The requirement includes the procurement of specific Waterfall security solutions and associated support:

  • CLIN 00010: WF-500-OPCD: WF-500 Standard with Tx and Rx, Waterfall for OPCD Hoover.
  • CLIN 00020: WF-500-OPCD: WF-500 Standard with Tx and Rx, Waterfall for OPCDA TSC Lab.
  • CLIN 00030: WF-IHIS: Waterfall for IHIS Standard Support.
  • CLIN 00040: WF-500-IHIS-CIFS: WF-500 Standard with Tx and Rx, Waterfall for IHIS, CIFS.
  • CLIN 00050: WF-500-CIFS-OPCDA: WF-500 Standard with Tx and Rx for CIFS, OPCDA SICC. All CLINs require a period of performance from February 1, 2026, to January 31, 2027. The total price must be inclusive of all applicable fees and taxes.

Contract & Timeline

  • Contract Type: Request for Quote (RFQ).
  • Period of Performance: February 1, 2026 – January 31, 2027.
  • Delivery Date: Preferably by February 13, 2026, but no later than March 1, 2026.
  • F.O.B.: Destination at Bureau of Reclamation-DO, Denver Federal Center, Denver CO.
  • Quote Due Date: February 4, 2026, at 11:00 AM Eastern Time.
  • Published Date: January 30, 2026.

Eligibility / Set-Aside

  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 541519 (Other Computer Related Services).
  • Small Business Size Standard: 150 employees. Only qualified small business contractors may submit a quote.

Submission & Evaluation

  • Submission Method: Written, signed quotes on company letterhead, including contact information, must be emailed to ksingleton@usbr.gov.
  • Quote Requirements: Quotes must include prices for new items, shipping costs, and the full text of the warranty. Quotes not meeting specifications will not be accepted.
  • Evaluation: The government will conduct comparative evaluations considering Price and other factors such as Delivery, Warranty, and Extended Service to select the most advantageous quote.

Additional Notes

Offerors are responsible for familiarizing themselves with all incorporated provisions and clauses, accessible at acquisition.gov/far and acquisition.gov/diar. SAM.gov representations and certifications, particularly regarding the NAICS code, must be current and accurate. Payment requests will be processed electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).

People

Points of Contact

Singleton, KeithPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
TSC - FY26 WATERFALL | GovScope