61--Hoover Dam emergency Generator Maintenance and Rep
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation, Lower Colorado Regional Office is soliciting proposals for Emergency Generator Maintenance and Repair Services at Hoover Dam, Boulder City, Nevada. This opportunity seeks a contractor to provide comprehensive maintenance and repair for electrical power generators and automatic transfer switch (ATS) units. Proposals are due February 25, 2026.
Scope of Work
The contractor will provide all personnel, supervision, labor, tools, materials, and equipment for inspecting, maintaining, and repairing six specific generators and ATS units at Hoover Dam facilities. Services include:
- Preventative Maintenance: Level I Quarterly Inspections (belts, cooling, fuel, oil, batteries, operational checks) and Level II Annual Inspections (air/fuel filter replacement as needed, coolant analysis, battery testing, 60-minute load bank test at 80% capacity).
- Repairs: Scheduled repairs (within two business days, prior approval for costs over $500) and Emergency Repairs (respond within 8 hours, on-site within 24 hours, begin work within 24 hours). Deficiencies found during inspections will be addressed via Change Order Requests (CORs) with Government approval.
- Deliverables: Quarterly/Annual Inspection Reports, Repair Reports, Equipment Deficiency Checklists, and a cumulative Service Log.
- All work must comply with manufacturer instructions, applicable regulations, and safety standards (OSHA, RSHS).
Contract & Timeline
- Type: Blanket Purchase Agreement (BPA)
- Duration: Five (5) years
- Period of Performance: March 2, 2026, through March 1, 2031
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333618 – Other Engine Equipment Manufacturing (Size Standard: 1500 Employees)
- Proposal Due: February 25, 2026, by 3:00 PM PST
Evaluation & Submission
Award will be based on the lowest priced responsive, responsible quote. Electronic quotes must be submitted via SAM.gov Contract Opportunities and emailed to gmincey@usbr.gov and Igallardo@usbr.gov. The solicitation includes a detailed price schedule for Level I, Level II, Scheduled, and Emergency Repairs.
Key Clarifications
Amendments have provided photos and specifications for various generators and ATS units, including data plates and locations. Contractor questions clarified requirements for service recordkeeping, COR approval for corrective actions, load bank testing as a Contract Line Item Number (CLIN), and accelerated payment terms for small businesses (within 15 days). A Wage Determination (No. 2015-5629, Rev. 28) is applicable.