SOURCES SOUGHT
J -- J--CCAO HVAC Repairs and Maintenance BPA Setup
- Notice Date
- 1/9/2026 10:13:44 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- MP-REGIONAL OFFICE SACRAMENTO CA 95825 USA
- ZIP Code
- 95825
- Solicitation Number
- 140R2026Q0012
- Response Due
- 1/16/2026 1:00:00 PM
- Archive Date
- 01/31/2026
- Point of Contact
- Brown, Rashayla, Phone: 9169785291, Fax: 5053277834
- E-Mail Address
-
rbrown@usbr.gov
(rbrown@usbr.gov)
- Description
- This is NOT a solicitation announcement. This is a Sources Sought notice issued solely for market research and planning purposes. It does not constitute a Request for Quote (RFQ) and does not obligate the Government to award a contract. The Bureau of Reclamation is seeking interested vendors capable of providing HVAC Repair and Maintenance Services who are EPA certified. Please refer to the attached draft Performance Work Statement (PWS) for additional details regarding this requirement. The resulting purchase order will be issued as a Blanket Purchase Agreement (BPA), under which BPA Calls will be awarded as services are needed. Service Locations: - Folsom Area Office Complex - 7794 Folsom Dam Rd, Folsom, CA Includes: Folsom Dam, Folsom Powerplant, Folsom Pumping Plant, Switchyard, Folsom Auxiliary Dam, Emergency Generator Building, and approximately 25 single-story buildings of various sizes. - Nimbus Powerplant - Adjacent to the Sacramento State Aquatic Center, 1901 Hazel Ave, Gold River, CA Includes: Nimbus Powerplant and adjacent breakroom building. - Additional facilities include HVAC units under Reclamation's control at the Nimbus Fish Hatchery and Sacramento State Aquatic Center. Exact locations and working hours will be specified in each BPA Call. NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors Size Standard: $19.0 million Submission Requirements: Interested firms should submit a capability statement that clearly demonstrates their ability to meet the requirements outlined in the PWS. Responses should include: - Relevant experience with similar scope and complexity (as prime or subcontractor) - Personnel qualifications - Business size and classification (e.g., Small Business, 8(a), HUBZone, Woman-Owned, Veteran-Owned, etc.) Response Due Date: Friday, January 16, 2026, at 1:00 PM Pacific Time Questions and Submissions: Please direct all questions and submit responses to: RaShayla Brown Email: rbrown@usbr.gov Attachments: - A02.12 PWS (Performance Work Statement)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/adba75c7c16e45779bd0419655d15485/view)
- Record
- SN07683068-F 20260111/260109230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |