Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOURCES SOUGHT

46 -- 46--REVERSE OSMOSIS MEMBRANES

Notice Date
1/27/2026 11:46:21 AM
 
Notice Type
Sources Sought
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3026Q0020
 
Response Due
2/10/2026 12:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
Hall, Jenna, Phone: 7022938105
 
E-Mail Address
jennahall@usbr.gov
(jennahall@usbr.gov)
 
Description
REVERSE OSMOSIS MEMBRANES This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm�s previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract based on this notice or otherwise pay for information solicited. Proposed Project: The Bureau of Reclamation (Reclamation), Lower Colorado Basin, Yuma Area Office has a requirement for the purchase and delivery of Reverse Osmosis Membranes, to be delivered to the Yuma Area Office, Yuma AZ, 85364. Reclamation is considering satisfying this requirement with a firm-fixed price contract. Below is the list of materials: 8"" Polyamide Membranes Service: Brackish water Membrane type: Polyamide composite Configuration: Spiral wound with fiberglass outer wrap Nominal diameter: 7.9 inches Nominal length: 40 inches Maximum operating pressure: 600 psi Active membrane area: 400 ft� Stabilized salt rejection at standard conditions: 99.8% Minimum NaCl rejection at standard conditions: 99.6% Feed spacer thickness: 34 mil Free chlorine tolerance: < 0.1 ppm Permeate tube inside diameter: 1.125 inches Nominal permeate flow at standard conditions: 11,500 GPD Maximum pressure drop: 15 psi (1.0 bar) per element 50 psi (3.4 bar) across housing Maximum operating temperature: 113�F (45�C) Maximum feed SDI (15 minutes): 5.0 Feed pH range: 2 � 11 Maximum feed flow: 75 gpm Treated with preservative: Yes 8"" Cellulose Acetate Membranes Service: Brackish water Membrane type: Cellulose acetate blend Configuration: Spiral wound with fiberglass outer wrap Nominal diameter: 7.9 inches Nominal length: 40 inches Maximum operating pressure: 600 psi Active membrane area: 350 ft� Average salt rejection at standard conditions: 98% Minimum NaCl rejection at standard conditions: 97% Chlorine tolerance: 0.5 ppm nominal; 1.0 ppm maximum Permeate tube inside diameter: 1.125 inches Nominal permeate flow at standard conditions: 7,000 GPD Maximum pressure drop: 15 psi (1.0 bar) per element 50 psi (3.4 bar) across housing Maximum operating temperature: 90�F (32�C) Maximum feed SDI (15 minutes): 5.0 Maximum feed turbidity: 1 NTU Feed pH range: 4 � 7 Maximum feed flow: 80 gpm Treated with preservative: Yes Respondents shall state whether their proposed product(s) meet all salient characteristics listed above for each membrane type. Products that do not meet each listed salient characteristic shall be identified, and respondents shall specify the exact requirement(s) that cannot be met. Partial compliance or alternate configurations shall be clearly identified. The applicable North American Industry Classification System (NAICS) Code 326199, All Other Plastics Product Manufacturing with a corresponding small business size standard of 750 employees. Interested firms must submit the following information: 1. Name and address of Firm 2. Phone number 3. Email Address 4. Unique Entity ID Number (Formerly the DUNS Number) 5. Statement as whether the firm manufacturers the end product or not. 6. Identify if the product is American made or not. 7. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other) 8. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the company�s capability to perform the work. Previous procurements performed of similar size and complexity to include references with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items. All responses must be submitted via email no later than 12:00 Noon Pacific Time, February 10, 2026. Email address: jennahall@usbr.gov. Include the reference number (140R3026Q0020) in the subject line. When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9f958b6cb44f489a80e33f138c465aa0/view)
 
Record
SN07698397-F 20260129/260127230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.