This sources sought notice is for INFORMATIONAL PURPOSES ONLY. This is NOT a request for proposal, quotations, or bids.
The Department of the Interior, Interior Region 10 – California Great Basin, requests responses from Small Business, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZONE, and/or Women Owned Small Business (WOSB), and Indian Small Business Economic Enterprise (ISBEE) contractors interested in providing annual inspections of cranes and hoisting equipment under a Firm Fixed Price purchase order for the equipment shown below:
Location Manufacturer Description and Hoist Capacity
Shasta
Dam Star Iron and Steel Gantry: 125 Ton Main, 25 Ton Aux
Cyclops Iron Bridge: 17 Ton Tower Crane
Shasta
Power Plant Lakeside Bridge A: 125 Ton Main, 25 Ton Auxiliary
Lakeside Bridge B: 125 Ton Main, 25 Ton Auxiliary
General Electric Gantry: 7 Ton Tail Bay Stop Log Crane
Wemco / Yale Bridge: Machine Shop 5 Ton Crane
Keswick
Dam Judson Pacific Gantry: 40 Ton Main Penstock Crane
Judson Pacific Bridge: 7.5 Ton Main Spillway Crane
Kone Fish Trap Hoist
Keswick
Power Plant Cyclopes Iron Bridge: 115 Ton Main, 25 Ton Auxiliary
Advanced / R&M Bridge: Machine Shop 10 Ton
Moffet Gantry: 11 Ton Tail Bay Stop Log
Spring Creek
Power Plant Star Iron and Steel Bridge: 150 Ton Main, 25 Ton Auxiliary
Shepard Niles Monorail: 6 Ton Stop Log Hoist
JF Carr
Power Plant Star Iron and Steel Bridge: 150 Ton Main, 25 Ton Auxiliary
Yale Monorail: 4 Ton Stop Log Hoist
Trinity
Power Plant Star Iron and Steel Bridge: 150 Ton Main, 25 Ton Auxiliary
Wright Monorail: 4 Ton Stop Log Hoist
Trinity Dam Ederer Bridge: 25 Ton
SMC Mobile Crane Grove TMS700E 60 Ton
The North American Industry Classification System (NAICS) code for this requirement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance which has an associated small business size standard of $12.5 million.
All organizations interested in providing these services should respond to this announcement by 10:00 AM PST on Monday, January 12, 2026. Responses to this sources sought announcement shall be in writing and sent via email to Sarah Anaya, Contract Specialist at sanaya@usbr.gov. Please include notice number 140R2026Q0019 in your response. Responses should include the following information:
1. Name of organization and address including zip code, Point of Contact including phone number and email address, and the organization’s UEID number.
2. Confirmation of organization’s active System for Award (SAM) registration with expiration date.
3. Business size and classification to include any designations as Certified Small Business, HUBZone Certified Small Business Concern, Section 8(a) contractor, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Indian Small Business Economic Enterprise, or Small Business Concern.
4. Number of years of experience in this type of service.
5. Provide references for a minimum of two (2), but no more than five (5) similar requirements completed within the past five (5) years from the date of this announcement which demonstrates experience in providing all services included in this requirement.
6. Your company’s intent to submit a quote should a solicitation be issued.