This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these services are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.
Proposed Project:
The mission of U.S. Bureau of Reclamation (Reclamation) is to manage, develop, and protect water and related resources in an environmentally and economically sound manner in the interest of the American public. The MOD (Main Outlet Drain), MODE (Main Outlet Drain Extension), and US Bypass canals located in Yuma, Arizona convey agricultural drainage flows from farmland to the Cienega de Santa Clara in Mexico. The Bureau of Reclamation (BOR) is responsible for maintaining the integrity of the existing structures and conveyance system including inlets and diversions, gates, siphons, and linings.
Reclamation is seeking contractors capable of making necessary repairs including, but not limited to, saw cutting, demolition, vegetation removal, legal disposal of demolished materials and debris, earthwork for canal lining panels, optional dewatering, optional placement of erosion control-slurry fill behind panels, replacement of concrete lining panels including groove and expansion joints, and crack sealing.
The applicable North American Industry Classification System (NAICS) Code 237990, Contractors with a corresponding small business size standard of $45M.
Interested firms must submit the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Identifier Number (formerly DUNS)
5. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
6. Capability Statement (not to exceed 10 pages). A brief summary of capabilities to include demonstration of the firm's previous experience as a prime or subcontractor performing this type of service. Previous procurements performed of similar size and complexity to include references with point of contact information. Firm shall provide the project title, location, and detailed description of the efforts and how it was similar, the project dollar value, contract award number, completion date, and the customer's name, phone number and email address.
All responses must be submitted via email no later than 12:00 Noon Pacific Time, August 18, 2025. Email address: DLRodriguez@usbr.gov. Include the reference number (140R3025R0029) in the subject line. All questions concerning the sources sought announcement should be directed to Diane Rodriguez by email at DLRodriguez@usbr.gov. No phone calls please.
When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.