TSC IRA 8560 HYD LAB SEDIMENT PUMPS
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 U.S. Bureau of Reclamation, Upper Colorado Region, has issued a Solicitation (140R4026Q0030) for the purchase and installation of Hydraulic Laboratory Sediment Pumps at the Denver Federal Center, CO. This Total Small Business Set-Aside opportunity seeks to replace aging slurry pumps, motors, and variable frequency drives (VFDs) used for pumping sediment-laden water in a physical model testing environment. Quotes are due by April 17, 2026, at 4:00 PM MDT.
Scope of Work
The objective is to procure and install two horizontal slurry pumps, two VFDs, and all necessary electrical components. The work includes on-site electrical installation and start-up by a qualified electrician or technician at the Bureau of Reclamation's Hydraulics Laboratory in Denver, Colorado. The contractor will not be responsible for removing or disposing of existing equipment.
Key Requirements & Deliverables
- CLIN 010: Two horizontal slurry pumps with 75-hp, 3-phase 480V motors (e.g., Metso model MR300 LNR-S C5 or equal), designed for 3,400 gpm flow and 40 feet TDH with sediment-laden water.
- CLIN 020: Two variable frequency drives (VFDs) with control panels (e.g., Galt Model G500 or equal), 75 hp, 480V, NEMA 1 rated, with adjustable carrier frequencies.
- CLIN 030: Associated electrical components, including 480V 3-phase wiring, conduit, junction boxes, and Meltric connectors.
- CLIN 040: On-site installation of equipment, including mounting VFD control panels, installing wiring, connecting VFDs to power, and connecting motors.
Contract Details
- Type: Solicitation for Commercial Products and Services
- Set-Aside: Total Small Business Set-Aside (100% Small Business)
- NAICS Code: 333914 (Small Business Size Standard: 750 Employees)
- Place of Performance: Bureau of Reclamation, Denver Federal Center, Building 56 - Hydraulics Laboratory, Denver, CO 80225.
- Period of Performance: Installation services are specified for July 1, 2026, with overall project completion required within 9 months after contract award.
Submission & Evaluation
Quotes must be emailed to Aubrielle Watson at aubrielle_watson@ios.doi.gov by April 17, 2026, at 4:00 PM Mountain Daylight Time. Evaluation will be based on Best Value, considering Technical Capability, Schedule, and Price, with Technical and Schedule combined being equal to Price. Offerors must include product descriptions, confirmation of compliance, manufacturer warranty terms, and lead times. All costs, including labor, parts, taxes, and shipping, must be included in the pricing. Registration in SAM.gov is required.