Sources Sought Announcement
Rig Tender Swap
Missouri Basin Regional Office, Billings, Montana
General Information
Contract Opportunity Type: Sources Sought (Original)
All Dates/Times are: (UTC-6:00) Mountain Daylight Time (MDT)
Classification
Responses Due: 8/27/2025, 3:00 PM MDT
Product Service Code (PSC): J036, maintenance/repair/rebuild/of equipment-special industry machinery. North American Industry Classification System (NAICS) Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Small Business Size Standard: $12.5 Million
Description
This is a Sources Sought Announcement for the Missouri Basin Regional Office in Billings, Montana (MT) Rig Tender Swap. This announcement is being issued for market research and advanced planning purposes. Proposals/quotes are not requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE.
The Bureau of Reclamation (Reclamation), Missouri Basin Region, Billings, MT, has a requirement seeking to maximize the utility of existing assets by contracting a vendor to repurpose and reinstall designated property onto a different vehicle in the fleet. This effort ensures compliance with all applicable standards and operational requirements while promoting cost-effective resource utilization. The scope of this initiative is strictly limited to the adaptation and installation of government-furnished property, without procurement of new equipment beyond necessary modifications.
The services required include:
a. Remove the existing flatwater Fleet Rig Tender body from the old truck.
b. Reinstall the Rig Tender body onto the new existing truck.
c. Ensure proper functionality and operational efficiency upon completion.
Specifications
a. Removal of Existing Equipment (photos provided)
1) Disassemble the Flatwater Fleet Rig Tender body from the 2005 MM1122 Freightliner truck. Components include a Hydraulic Power take off system (PTO), truck-mounted hydraulic crane, and a 1,200-gallon water storage tank.
2) Identify and remediate any rust or structural imperfections following removal of the body.
3) Conduct sandblasting and repainting of the body (blue).
b. Modification and Installation (photos provided)
1) Modify the new existing frame rail on the 2021 International truck HX520 to accommodate the repurposed body.
2) Install the existing PTO system onto the new truck.
3) Reroute tanks, exhaust, and supply lines to ensure compatibility with the updated configuration.
4) Secure the repurposed body onto the new truck.
5) Integrate the existing hydraulic crane onto the repurposed body.
6) Establish all necessary electrical and hydraulic connections to restore full operational capacity.
c. Verification and Testing
1) An appointment for inspection will be necessary.
2) The Contractor shall ensure all components are functioning properly. The rig tender and new truck shall be completely ready for field operations.
Delivery will be FOB Destination to:
The vendor shall complete all required work within 60 days of contract award. Government-furnished property will be delivered to the vendor by drill crew personnel.
The Government is seeking responses and capability statements from interested small businesses, small disadvantages businesses (including 8(a)), women-owned small businesses, HUBZone small businesses, service-disabled veteran-owned small businesses, and Indian Small Business Economic Enterprises, who have the resources necessary to successfully supply and deliver these supplies. This procurement shall be awarded using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services. The NAICS code for this order is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard: $12.5 Million.
It is anticipated the proposed award will result in a Firm-Fixed-Price contract, to one (1) contractor.
All responsible sources that believe they have the capability to meet this requirement shall submit a capability statement along with their business profile to Contract Specialist, Sydney Oakes, at skessel@usbr.gov by 3:00 PM MDT, August 27, 2025, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.
For record keeping purposes, telephonic inquiries will not be accepted. The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if a solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the results of this notice, is at the discretion of the Government.
SYSTEM FOR AWARD MANAGEMENT (SAM)
Effective October 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database at the time they submit their offer. SAM registration and annual confirmation requirements must be accomplished through the SAM website at https://sam.gov/. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220.
Note: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications¿Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.