THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is being issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. No formal solicitation for this work exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors to perform this type of work. The capability statements will be used to determine the appropriate procurement strategy whether a set-aside or an alternate procurement strategy is warranted. The Government does not intend to award a contract and will not pay for any information or administrative costs incurred in response to this notice.
The anticipated North American Industry Classification System code is 221310 Water Supply and Irrigation Systems. The small business size standard is $41 mil. Product Service Code F006 Natural Resources/Conservation-Land. Includes: Plowing, Clearing, Erosion Control.
The Government is considering awarding a firm fixed price purchase order.
The BOR, Interior Region 8: Lower Colorado Basin is seeking potential sources for a purchase of an Intake Bypass Gate for the Yuma Desalting Plant (YDP). Changing Main Outlet Drain Extension (MODE) conditions require control of the intake bypass flow to avoid tripping Pilot System 1. The anticipated project work site is at the Yuma Area Office (YAO) YDP, Yuma, AZ.
The basic contract is anticipated as a Firm Fixed Price (FFP) type contract. The anticipated period of performance is 365 days ARO
Attached are the Salient Characteristics/Specification
Interested sources are welcome to submit a capability statement package to include the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Entity ID Number
5. Statement as whether the firm manufacturers the end product or not.
6. Identify if the product is American made or not.
7. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
8. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the company¿s capability to perform the work. Previous procurements performed of similar size and complexity to include references with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items and where they are manufactured.
The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors for solicitation planning purposes only. Information provided by industry in response to this announcement is voluntary. The Government will not pay for any information submitted in response to this sources sought notice.
Interested sources should submit their capability statement on or before 12:00 PM local time, July 29, 2025. All responses to this sources sought notice shall be provided to Colleen Samuels at csamuels@usbr.gov. The subject line shall clearly reference the Solicitation Number (140R3025Q0095) associated with the announcement. If you have any questions, please contact Colleen Samuels at csamuels@usbr.gov.
When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on 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.
***Please see attachment for Combined Synopsis/Solicitation***