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 items 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 based on this notice or otherwise pay for information solicited.
Proposed Project:
The work requirement is to provide all personnel, supervision, labor, subcontractors, tools, materials, equipment, and supplies necessary to inspect, maintain, and repair electrical power generators and automatic transfer switch (ATS) units, in accordance with manufacturer instructions and all applicable regulations.
All services shall be performed at Hoover Dam and associated BOR facilities, the following generators are included:
1) Location: NV SRF Building, Engine: C10TE1D, 287kW, Manufacturer: Himoinsa, Model: HFW-290-T6
2) Location: NV Visitor Center, Engine: Cummins KTA50-G3, 1250 kW, Manufacturer: Onan, Model: 1250DFLC75207L
3) Location: NV Lower Portal Rd, Engine: VH4D, 10 kW, Manufacturer: Kato Lite, Model: L10FJW4
4) Location: NV Gantry Crane, Engine: Cummins 6BT-5.9, 80kW, Manufacturer: Kohler, Model: 80ROZ271
5) Location: AZ Portable Unit, Engine: 4B3.9-G2, 35kW, Manufacturer: Onan, Model: DGBB-5006900
6) Location: AZ Gantry Crane, Engine: Cummins 6BT-5.9, 80kW, Manufacturer: Kohler, Model: 80ROZ271
The applicable North American Industry Classification System (NAICS) Code 333618
with a corresponding small business size standard of 1500 employees
Interested firms must submit the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Entity ID Number (Formerly the DUNS Number)
5. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, Indian Small Business Economic Enterprise, other)
6. Capability Statement (not to exceed 5 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.
All responses must be submitted via email no later than 15:00 pm Pacific Time November 26, 2025. Email address: gmincey@usbr.gov/lgallardo@usbr.gov. Include the reference number (140R3026Q0002) in the subject line.
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/.