Instructions: When it is determined that a sources sought needs to be posted for an acquisition, use this template to modify the example language in brackets below. Copy and paste the finalized sources sought wording (as plain text) into PRISM (or GSA eBuy, as applicable) for posting before the solicitation.
Sources Sought for Analyzing and Repairing Operating Hitachi Circuit Breaker
NAICS and Size Standard: 335313 – Power Circuit Breakers Manufacturing; 1,250 Employees
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THIS IS A SOURCES SOUGHT. The U.S. Bureau of Reclamation (Reclamation), Lower Colorado Basin, Hoover Dam seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. All qualified concerns may submit capability statements for consideration. All small businesses to include Small Business, Small Disadvantaged Business, Certified 8(a), Indian Small Business Economic Enterprise (ISBEE), Certified HUB Zone, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned (SDVOSB) are strongly encouraged to provide timely response to this announcement. A response to this announcement is necessary in order to assist Reclamation in determining the potential levels of interest, adequate competition, and the technical capability to provide the required services. The capability statements will be used to determine appropriate procurement strategy; in particular, whether a set-aside is warranted. Capability statements received may also be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work.
Because this sources sought is for informational/market research purposes only, the Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.
Please See attached statement of work for technical details of this proposal. Sources Sought
Bureau of Reclamation – Hoover Dam is seeking companies trained to diagnose and correct problems with the above labeled circuit breaker to perform diagnostic testing, evaluation and make adjustments and repairs to the circuit breaker to function according to OEM (original equipment manufacturer) specifications. The mentioned circuit breaker has been in operation at Hoover Dam for approximately 35 years.
The description of anticipated work is as follows:
Reclamation completed an Appraisal Report for the Verde River Sediment Mitigation Study in December 2021 (Report available at the following URL: https://www.usbr.gov/lc/phoenix/reports/verdeRSMS/VRSMS_Appraisal_Report.pdf). This announcement is soliciting information for a requirement to complete a Feasibility Report (FR) and Environmental Impact Statement (EIS) for the Verde River Sediment Mitigation Project (VRSMP). The FR and EIS could be standalone documents or integrated into one deliverable. Federal authorization for the feasibility study was enacted in Public Law 117-58 in 2021. Under the Department of the Interior, Reclamation is the lead Federal agency for preparing the FR and associated EIS, pursuant to the National Environmental Policy Act (NEPA). The tasks are consistent with requirements necessary for the Secretary of the Interior to provide a finding of feasibility and recommendation to the U.S. Congress consistent with Bureau of Reclamation Manual Directives and Standards CMP 09-02: Water and Related Resources Feasibility Studies. The contract will include the following tasks:
Task 1 - Project Management: The contractor will provide project management support and coordination, including, but not limited to creating and maintaining schedules, planning, preparing and circulating documents for review, recording meeting minutes, data management, stakeholder coordination, arranging meetings, etc.
Task 2 - Feasibility Report: The contractor will prepare a FR. The report shall be consistent with the following guidance:
- Reclamation Manual Directives and Standards CMP 09-02,
- Council of Environmental Quality’s Principles and Requirements for Federal Investments in Water Resources, dated March 2013
- Council on Environmental Quality’s Principles, Requirements, and Guidelines Interagency Guidelines, dated December 2014
- Department of the Interior Agency Specific Procedures for Implementing the Council on Environmental Quality’s Principles, Requirements, and Guidelines for Water and Land Related Resources Implementation Studies, 707 DM 1 Handbook, dated November 10, 2015.
Engineering design in support of identified alternatives under the feasibility study and EIS will be handled under a separate contract. Additionally, the economic analysis of alternatives will be completed by Reclamation and provided to the contractor for integration into the FR.
The contractor will be responsible for preparing as well as tracking comments on the following versions of the FR: the Administrative Draft and Final FR (reviewed by Reclamation and Cost-Share Partner), Regional Director’s Draft and Final FR, Public Draft and Final FR, Commissioner’s Final FR, Secretary of Interior’s Final FR, and Office of Management and Budget’s Final FR.
Task 3 - Environmental Impact Statement: The anticipated services to be carried out by the contractor include all work necessary to prepare an EIS in accordance with NEPA; Council on Environmental Quality regulations (40 Code of Federal Regulations [CFR] Parts 1500-1508); Department of the Interior’s NEPA implementing regulations (43 CFR Part 46) and Departmental Manual (DM), Chapter 516, Reclamation’s NEPA Handbook; the guidance documents stated in task 2; all applicable Executive Orders; and all applicable Federal, state, and local laws, policies, and regulations.]
Interested parties should include the following information in their response:
- Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. ISBEE, SDVOSB, Small Disadvantaged Business, ED/WOSB, HUBZone and/or 8(a))
- Point of contact including name, title, phone number, and email address
All interested parties are encouraged to respond to this sources sought with all requested information via e-mail to nmaye@usbr.gov no later than 6/20/2025 by 1600 Pacific time.
The information provided in this sources sought is the only information the Government has available at this time. Questions concerning the sources sought should be directed to Noah Maye at nmaye@usbr.gov/
System for Award Management (SAM), as required by FAR 4.1102, will apply to any resulting procurement. Prospective contractors must be registered in SAM at the time an offer or quotation is submitted. Lack of registration in the SAM database may make an offeror ineligible for award. Information on SAM registration can be obtained at the following web address: https://www.sam.gov.