Z--Folsom Warehouse - Bridge Crane Replacement
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 (DOI), Bureau of Reclamation (BOR), is conducting market research through a Sources Sought Notice for the Folsom Warehouse – Bridge Crane Replacement project. This initiative aims to identify potential sources for a large construction project located approximately two miles north of Folsom, California. The estimated cost is between $1 Million and $5 Million, with a required 100% performance and payment bond. BOR intends to solicit this requirement using FAR Part 15, Contracting by Negotiation. Responses are due by February 13, 2026, at 5:00 PM PST.
Scope of Work
The project involves the replacement of an existing bridge crane at the Folsom Warehouse. Key components of work include:
- Existing Crane Removal and Disposal: This includes handling asbestos and other hazardous materials present.
- New Crane Design, Fabrication, and Installation: Comprehensive replacement of the bridge crane system.
- Power Supply: Installation of a new crane power supply up to the main power disconnect.
- Rail System: Performing a rail survey and optionally repairing or replacing the existing rail system.
- Testing and Training: Commissioning tests, load testing, and operation/maintenance training.
- Coordination: Close coordination with the Government throughout the project.
Detailed specifications (No. 20-C0942) cover general requirements, materials (bridge cranes, motors, VFDs, PLCs, electrical components), fabrication/installation procedures, and testing/commissioning (FAT, SAT). Hazardous materials surveys confirm regulated metals in coatings and asbestos in brake pads.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 237990, Other Heavy and Civil Engineering Construction (Small Business Size Standard: $45 Million)
- Estimated Value: $1 Million - $5 Million
- Period of Performance: Estimated 600 calendar days
- Set-Aside: None specified (market research stage)
- Response Due: February 13, 2026, 5:00 PM PST
- Published: January 29, 2026
Submission Requirements
Interested parties must submit the following electronically to Ron Gamo (rgamo@usbr.gov):
- Company name, address, DUNS, CAGE Code.
- Business type (e.g., large, small, 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB) as validated in SAM.
- Company point of contact (name, phone, e-mail).
- Positive statement of intent to submit an offer as prime contractor.
- Evidence of recent (within 10 years) experience (limit 3) for similar scope/magnitude, including contract/project number, customer, value, period of performance, and points of contact.
- Single contract bonding capacity.
Additional Notes
This is for market research and acquisition planning only; it is not a request for proposal. No formal solicitation exists at this time, and the Government does not intend to award a contract based on this notice. Prospective contractors must be registered in SAM.gov prior to any potential award.