H--Northern California Area Office (NCAO) Troubleshoo

SOL #: 140R2026Q0050Combined Synopsis/Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
MP-REGIONAL OFFICE
SACRAMENTO, CA, 95825, United States

Place of Performance

Place of performance not available

NAICS

Building Inspection Services (541350)

PSC

Inspection And Laboratory Services (Except Medical/Dental): Service And Trade Equipment (H335)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 11, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 20, 2026, 6:00 PM

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, is soliciting proposals for troubleshooting and repairing the brake system at the Shasta Dam Elevator in Northern California. This is a Total Small Business Set-Aside opportunity, seeking a contractor to resolve intermittent "KTR Brake Temperature Faults" and perform a full system commissioning. Quotes are due March 20, 2026, at 11:00 am Pacific Daylight Time (PDT).

Scope of Work

The contractor will provide comprehensive inspection, troubleshooting, and repair services for the Shasta Dam elevator brake system. The primary objective is to resolve recurring "KTR Brake Temperature Faults" that cause elevator lockouts, theorized to be due to an oil pump issue. Repairs must comply with ASME A17.1/CSA B44 Safety Code. Deliverables include a repair and commissioning plan, diagnostic report, final test/inspection report, certification of compliance, and warranty documentation. Technical details provided in attachments cover Imperial Electric, KTR-STOP, Nidec MCE, and Werthenbach Hydraulik components.

Contract Details

  • Type: Hybrid Firm Fixed Price (FFP), unpriced Purchase Order, and Time and Materials (T&M) for travel.
  • Period of Performance: Approximately 120 days from the award date.
  • NAICS: 541350 (Construction-Related Engineering Services) with a size standard of $11.5 million.
  • Set-Aside: Total Small Business Set-Aside.
  • Wage Determination: U.S. Department of Labor Wage Determination No. 2015-5627, Revision No. 25, for Shasta County, California, applies.

Submission & Evaluation

  • Quote Due Date: March 20, 2026, at 11:00 am PDT.
  • Submission Method: Via email to erma_clark@ios.doi.gov.
  • Required Documents: Completed pages 4 & 5, FAR Clause 52.212-3 (Offeror's Representations and Certifications), price breakout (labor categories, special tools), and technical approach information. Offerors must acknowledge Amendment 0001 by submitting a signed SF-30.
  • Evaluation Factors: Comparative evaluation based on Technical Approach, Past Performance, and Price. The technical approach must include proof of qualified staff (one from KTR, one from Nidec Elevators/MCE/Imperial).
  • Amendment 0001: Clarifies that if repair costs for parts exceed $3,000, an invoice with an estimate must be provided to the Contracting Officer for approval, leading to a bilateral modification to add funds.

Additional Notes

An optional site visit was held on March 18, 2026. The Statement of Objective (SOO) is attached for further details.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
H--Northern California Area Office (NCAO) Troubleshoo | GovScope