Skip to content
Department of the Interior

7G--NCAO 15 Data Collection Systems-Data Control Platforms Upgrade

Solicitation: 140R2026Q0030
Notice ID: 89b1228526af44a69a34b80af33ed90f
TypeSources SoughtNAICS 334513PSC7G22DepartmentDepartment of the InteriorAgencyBureau Of ReclamationPostedMar 16, 2026, 12:00 AM UTCDueMar 30, 2026, 07:00 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 334513 • PSC 7G22.

Market snapshot

Awarded-market signal for NAICS 334513 (last 12 months), benchmarked to sector 33.

12-month awarded value
$9,898,692
Sector total $24,398,486,176 • Share 0.0%
Live
Median
$55,141
P10–P90
$33,667$689,406
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+226%($5,255,467)
Deal sizing
$55,141 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
Sacramento, CA • 95825 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
Teves, Steven
Email
steves@usbr.gov
Phone
916-978-4302

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
BUREAU OF RECLAMATION
Subagency
MP-REGIONAL OFFICE
Office
Not available
Contracting Office Address
Sacramento, CA
95825 USA

More in NAICS 334513

Description

NCAO 15 Data Collection Systems-Data Control Platforms Upgrade - NOTICE OF INTENT TO SOLE SOURCE

This announcement serves as a notice of intent to solicit to only one source under FAR 13.106. The applicable North American Industry Classification System (NAICS) Code is 334513.

The Bureau of Reclamation intends to award a purchase order to YSI Inc. to provide 15 data control platform (DCP) upgrades to the products that the vendor developed. The contract will be for a delivery time of 6 months after receipt of order.

Some of the tasks include:
• Task 1a - Retrofit fifteen (15) H-522 DCP’s with new YSIT GOES Satellite Radios to the new specification, H-522P-V2. The contractor shall provide the parts and labor, special tools, and safety equipment. The vendor will receive three (3) to (4) DCP batches from the Government each month for upgrade requirements. The vendor shall supply the cost of transport of the DCPs back to Reclamation when upgrades/repairs are completed for each batch.

The delivery schedule is as follows:

Deliverable per Task Schedule
Task 1 – Upgrade the first 3 to 4 H-522 DCPs and repair Award Date + 1 month
Task 2 – Upgrade next 3 to 4 H-522 DCPs and repair Award Date + 2 months
Task 3 – Upgrade next 3 to 4 H-522 DCPs and repair Award Date + 3 months
Task 4 – Upgrade next 3 to 4 H-522 DCPs and repair Award Date + 4 months
Task 5 – Upgrade remaining H-522 DCPs and repair Award Date + 5 months

These are only some of the tasks that will be included in the purchase order. These upgrades will require the contractor to replace and install updated radio transmitter analysis H-522 (certification standard 1) to H-522P-V2 (certification standard 2) DCP’s. The existing radio transmitters within the DCP’s can only be integrated internally with YSI-T satellite radios. Reclamation believes YSI is the only vendor capable of providing the requested upgrades that provide the best value to the Government.

Firms which can provide the products, and incident services above must submit written notice to the Contracting Officer and must provide evidence in sufficient detail to demonstrate the respondent’s ability to meet the stated requirement. This is not a request for competitive quotations. All responses received by the due date will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received in response to this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses should be emailed to the Government point of contact listed below.

Responses shall include:

1) Company name, address, SAM Unique Entity ID and point of contact.

2) Information that would demonstrate that your business has the capability to provide the products and incidental services mentioned above.

Point of Contact: Steven Teves, steven_teves@ios.doi.gov
Responses Due: March 30, 2026 by 1:00PM (PDT)

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.