Z--Cableway Crane Refurbishment
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 the refurbishment of the 150-ton cableway crane at Hoover Dam. This is for information and planning purposes only; no formal solicitation exists at this time. The principal objective is to provide services for refurbishing the crane, which spans the Nevada and Arizona sides of the dam, with most work occurring above the canyon. Responses are due by March 17, 2026, at 5:00 PM PDT.
Scope of Work
The refurbishment project includes, but is not limited to:
- Replacing six 3-½" track wire ropes.
- Replacing two ¾" button line wire ropes, buttons, and tensioners.
- Replacing 1-⅛" inhaul, outhaul, and hoist wire ropes.
- Refurbishing the existing carriage.
- Redesigning, refurbishing, and installing slack carrier eye areas and slack carriers.
- Replacing sheaves.
- Lubricating hoist house mechanical components.
- Re-tensioning track cables.
- Replacing the hydraulic hand pump and lines on the Nevada side tensioning system.
- Load testing the cableway crane.
- Performing an annual inspection and certifying the crane.
Contract & Timeline
- Opportunity Type: Sources Sought
- NAICS Code: 237990 – Other Heavy and Civil Engineering Construction
- Small Business Size Standard: $45.0 million
- Period of Performance: 850 days after award (Year 1: material procurement/delivery; Year 2: installation/onsite work).
- Onsite Work Start: Scheduled for May 2028, pending penstock outage completion.
- Response Due: March 17, 2026, at 5:00 PM PDT
- Published: March 3, 2026
Submission Requirements
Interested vendors should submit a capabilities package including:
- Business name, Unique Entity ID (UEI), address, and primary point of contact (email, phone, website).
- Business size and type (e.g., Small Business, WOSB, HUBZone, SDVOSB, ISBEE).
- Demonstrated capability and experience: list of similar projects completed in the past five years (description, title, dollar value, prime/sub, location, customer contact – not to exceed 5 pages).
- Bonding capacity per contract/action.
Important Notes
- A draft Statement of Work (SOW) is included with the notice, outlining specific qualifications.
- The anticipated set-aside will be determined based on responses to this Sources Sought.
- Prospective contractors must be registered and maintain an active registration in SAM.gov.
- A similar solicitation in FY24 produced no viable responses; this renewed effort incorporates previously identified deficiencies.
- This is not a request for proposals, and no reimbursement will be made for costs associated with providing information.