TURBINE AND GENERATOR HYDROELECTRIC COMPONENT 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 Bureau of Reclamation, Lower Colorado Basin Region, is conducting a Sources Sought to identify potential sources for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract. This effort focuses on the manufacturing, repair, remanufacture, machining, and rehabilitation of hydroelectric power plant components at Hoover Dam, Davis Dam, and Parker Dam. This is for planning purposes only, and no formal solicitation exists. Responses are due by March 25, 2026.
Scope of Work
The anticipated IDIQ contract will cover a range of services for existing hydro turbine-generator parts and new components, including:
- Re-design and reverse engineering of components using 3D digitizing and CAD.
- Repair or replacement manufacture of existing components.
- Furnishing new hydroelectric turbine and generator components, such as large valves, valve actuators, bearing components, and water passage gates.
- Precision fabrication of new replacement parts.
- Industry standard inspection and testing.
- Assembly of turbine-generator parts.
Contract & Timeline
- Type: Sources Sought (for an anticipated IDIQ contract)
- NAICS Code: 333611 – Turbine and Turbine Generator Set Units Manufacturing
- Small Business Size Standard: 1,500 employees
- Response Due: March 25, 2026, at 5:00 PM PDT
- Published: March 11, 2026
Submission & Evaluation
Interested vendors must submit a capability statement via email to maxwell_watanga@ios.doi.gov. The statement should include:
- Business name, Unique Entity ID, address, and primary point of contact.
- Business size and type.
- A list of similar projects completed in the past five years, with specific details for each. Responses will be reviewed to determine the appropriate procurement strategy, including potential set-asides.
Eligibility / Set-Aside
Prospective contractors must be registered and maintain an active registration in the System for Award Management (SAM). The document indicates that capability statements will inform the determination of potential set-asides; currently, no specific set-aside is designated.
Additional Notes
This notice is for information and planning purposes only and does not constitute a formal solicitation. The government will not pay for any information or administrative costs incurred in response to this notice. A draft Statement of Work (SOW) is included for reference.