Skip to content
Department of the Interior

D--NKAO Telephone Services

Solicitation: 140R6026Q0020
Notice ID: 36d1493db07444ddb304d3d3c6e12486
TypeSources SoughtNAICS 517111PSCDG11DepartmentDepartment of the InteriorAgencyBureau Of ReclamationPostedMar 16, 2026, 12:00 AM UTCDueMar 30, 2026, 08:00 PM UTCCloses in 14 days

Sources Sought from BUREAU OF RECLAMATION • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 30, 2026. Industry: NAICS 517111 • PSC DG11.

Market snapshot

Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.

12-month awarded value
$11,955,916
Sector total $241,505,299 • Share 5.0%
Live
Median
$69,817
P10–P90
$8,442$435,844
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
5.0%
share
Momentum (last 3 vs prior 3 buckets)
+4394%($11,435,416)
Deal sizing
$69,817 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Billings, MT • 59101 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Baird, Monte
Email
MBaird@usbr.gov
Phone
4062477805

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
BUREAU OF RECLAMATION
Subagency
GREAT PLAINS REGIONAL OFFICE
Office
Not available
Contracting Office Address
Billings, MT
59101 USA

More in NAICS 517111

Description

NOTICE: THIS IS NOT A SOLICITATION, BUT RATHER A SOURCES SOUGHT SYNOPSIS TO DETERMINE POTENTIAL SOURCES FOR INFORMATION AND PLANNING PURPOSES ONLY. NO FORMAL SOLICITATION FOR THIS WORK EXISTS AT THIS TIME.

The Bureau of Reclamation, Missouri Basin Region, is currently conducting market research in accordance with FAR Part 10 for preliminary planning to determine if this project is appropriate for a Small Business Set-Aside Category, as a Request for Quote (RFQ), Firm Fixed Price (FFP). The NAICS code for this requirement is 517111 ¿ Wired Telecommunications Carriers.

BACKGROUND
The Bureau of Reclamation¿s Nebraska Kansas Area Office has facilities in Kansas and Nebraska. The facilities require the local and long-distance telecommunications services to meet mission needs and/or requirements. The purpose of this Sources Sought is to research the viability of one carrier providing service and support to all facility locations.

SCOPE OF WORK:
The scope of this requirement includes all necessary labor, equipment, and materials to provide wired local and long-distance telecommunication services at nine locations within the states of Nebraska and Kansas. The facilities utilize 108 business lines with average monthly calls ranging from 150-400 minutes per month. In some instances, the services are required at outlaying locations in rural areas. All existing telephone numbers must remain the same. Current Local Phone numbers CANNOT be changed from their current telephone number. The contractor shall provide support 24 hours per day, 7 days per week, 365 days per year. In addition, the contractor shall assist with technical support and/or consultation for the service and any associated hardware.

REQUESTED INFORMATION
Interested parties are requested to respond with the following data:
Administrative Data:
- Company Name, Unique Entity ID (UEI), mailing address, phone number, and e-mail of designated point of contact.
- Information regarding business size and/or socioeconomic designation (HUBZone, 8(a), SDB, WOSB, SDVOSB, ISBEE, IEE).
- A statement of interest and capabilities information. Capability information should include licensing, bonding, insurance, and past experience.

Submission:
Responses shall be submitted no later than March 30, 2026, 1:00 PM (13:00)(MDT).
All responses shall identify the subject of the communication as NKAO Telephone Services SS/RFI Response ¿ (Insert Company Name)

Responses shall be submitted via electronic mail to the Contracting Specialists: Monte Baird at monte_baird@ios.doi.gov. Any responses after the due date and time will not be accepted.

QUESTIONS
Questions regarding this Sources Sought/Request for Information shall be submitted in writing, through e-mail, to the Contracting Specialists, no later than March 25, 2026, 11:00 AM (11:00) (MDT). Verbal questions will NOT be accepted.

DISCLAIMER: This Sources Sought Notice is for Market Research and planning purposes only in accordance with FAR Part 10 and shall not be considered as a Request for Proposals (RFP), Request for Quote (RFQ), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Bureau of Reclamation will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly.
Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Responses to this Sources Sought Notice will not be returned.

Respondents are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice: The Government does not require any cost for participating
in this Market Research and Sources Sought. The Government reserves the right to determine how it should proceed as a result of this notice.

An important outcome of this research will be the determination to consider if this can be acquisitioned as a Small Business Set aside, and the competitive set aside category in accordance with (IAW) FAR 19.201(a). The Government is interested in all socioeconomic contracting programs (i.e. Native American/Indian-Owned Businesses, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns). The Government requests that interested parties respond to this notice with capabilities and identify your small business status with respect to the identified NAICS code.

The Bureau of Reclamation is seeking industry information and comments from sources with the capability to meet the requirements. Offerors are advised that providing a capabilities statement will not automatically include the offeror in any future portion of the acquisition process or be considered a response to forthcoming solicitation.

Not responding to this Sources Sought/Request for Information does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be posted on the System for Award Management (SAM.gov). It is the responsibility of the interested parties to monitor these sites for the possibility of additional information pertaining to this requirement.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.