SIMCO Procurement

Welcome to SIMCO Acquisition at the WIPP Site

Here you'll find all you need to know on how to do business with SIMCO as a supplier at WIPP

The Salado Isolation Mining Contractors LLC (SIMCO) Acquisition department serves, supports, and collaborates with the Department of Energy (DOE) and all operational departments to deliver highly effective and efficient procurements of goods and services to the Waste Isolation Pilot Plant (WIPP) site and associated facilities.

Common items purchased through Local Vendor Agreement contracts and through the Small Purchase Team:

  • Audio and video supplies
  • Computer equipment and accessories
  • Electronics
  • Information technology, hardware, software
  • Rubber stamps, printing, and office Supplies
  • Bulk paper
  • Furniture
  • Lumber
  • Metals
  • Plastics, tools
  • Wire/cable
  • Belts and bearings
  • Building hardware
  • Chemicals
  • Calibration equipment
  • V-belts, motors, shears, sprockets, chain bearings
  • Welding and soldering material
  • Hardware supplies
  • Supplies for building, cleaning/janitorial services, electrical,
  • Laboratory, photographic, plumbing, vacuum system products

Services for administrative and technical functions and capabilities; consultants, and affiliates.

Including

  • Major/Minor construction services
  • Architectural/engineering services
  • Real property

We seek to award to suppliers that will provide the best value to SIMCO, can fulfill necessary capabilities, and can deliver results. We also provide opportunities to different Small Businesses. We require our suppliers to be registered with the System for Award Management prior to doing business.

Potential suppliers who want to do business with SIMCO must submit a Supplier Application Form. This form provides us with information regarding your organization and the products or services you offer. Please note that completion does not guarantee award or pre-qualification. If an award is made, a Procurement Representative will reach out to verify the information provided on the Supplier Application.

Interested businesses can reach out to our Opportunities Team, at: WIPP.Supplier@wipp.doe.gov, to inquire on upcoming procurements not posted in the Current Procurement Opportunities page, to be added to our list of potential suppliers, or to receive additional assistance. Please include a description of your business, products and/or services you provide, and a completed Supplier Application.

WIPP has maintained a strong institutional commitment to small business subcontracting over the years and have always strived to maintain this commitment.

The Small Business Program promotes Waste Isolation Pilot Plant (WIPP), managed by Salado Isolation Mining Contractor’s (SIMCO), commitment to supplier diversity.

WIPP
George Garcia

Small Business Manager

Potential suppliers who want to do business with SIMCO must submit a completed Supplier Application. The potential supplier certifies that his/her business is a small business, including socioeconomic status, based upon completion of the application. The supplier should be able to provide copies of any certifications or letters from the United States Small Business Administration (SBA) documenting their certification status if requested.

Potential suppliers must identify the size standard under the North American Industry Classification System (NAICS) code that reflects the industry they represent. NAICS codes can be found on the U.S. Small Business Administration (SBA) website.

The System for Award Management (SAM) (SAM.gov) is an official website of the U.S. Government. There is no cost to use SAM.gov. You can use this site to register to do business with the U.S. Government or update the status of your entity registration (See: SAM About Page for complete details)

U.S. Small Business Administration (SBA) is an independent agency of the federal government that aids, counsels, assists, and protects the interests of small business concerns among other responsibilities. (See: SBA About Organization Page for Complete Details

The DOE Office of Small and Disadvantaged Business Utilization (OSDBU)’s Guide can be utilized for doing business with DOE as a Small Business.

APEX Accelerators , formally known as the Procurement Technical Assistance Center (PTAC), is a government-funded program providing assistance to small businesses who want to sell their goods or services to the government.

New Mexico Small Business Development Center Program is partially funded by United States Small Business Administration and New Mexico state legislature to provide FREE Small Business assistance to existing business owners and potential small businesses in the state of New Mexico.

If you are interested in submitting an outline. Please contact the cognizant buyer to find out more. Please respond by e-mail to the buyer and include:

  • Close date
  • Buyer's name
  • Your name or name of contact
  • E-mail address and/or phone number
  • Type of business

See the individual purchase order for additional invoicing requirements.

Date Posted Project Name Brief Description Anticipated Solicitation Release Date Date Posting Closed NAICs Contact
10/7/2025 Guard & Security Building 458 HVAC Replacement
Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide the installation of the Guard & Security (G&S) Building (#458) heating, ventilation, and air conditioning (HVAC) replacement at the Waste Isolation Pilot Plant (WIPP) in Carlsbad, New Mexico.
PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. Contact (WIPP.Supplier@wipp.doe.gov) for additional information.

This subcontract requires the demolition of the existing HVAC system along with the design, procurement, installation, and testing of a new Variable Refrigerant Flow (VRF) HVAC system for the Guard & Security building at the WIPP to provide adequate airflow to heat and cool the structure.

The G&S facility provides secure badging using two separate rooms within the building. Facility #458 houses the auditorium that is used for orientations and presentations. A large portion of the building houses the kitchen, cafeteria, and dining area for the site. The remainder of the space is used for Men’s and Women’s restrooms with locker rooms, janitor’s room, miscellaneous office space, mechanical room, and an exercise room. This building is approximately 10,000 square feet (sq. ft). Currently the building is heated and cooled with two Air Handling Unit’s (AHU’s) utilizing four air cooled heat pumps on equipment pads along the south wall of the building.

The building is designed to allow a single HVAC system to distribute air through the entire space. Ductwork is routed above the drop ceiling to move heated and cooled air through each desired space in the building. The building air temperature and quality is maintained 24 hours/day 7 days/week with primary use falling between the hours of 6:00 a.m. to 4:00 p.m.

TBD FY2025 TBD
Buyer to be determined. Contact WIPP.Supplier@wipp.doe.gov for additional information.
10/7/2025 Removal of Buried Fuel Storage Tanks
Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide the removal of two underground fuel storage tanks for the Waste Isolation Pilot Plant (WIPP) located in Carlsbad, New Mexico.
PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. Contact (Tailor.Brown@wipp.doe.gov) for additional information.

The subcontractor shall permanently remove two of WIPP’s Underground Storage Tanks (USTs) that are inside the property protection area (PPA) fence.

The USTs consists of two underground tanks, one 8,000 gallon unleaded gasoline fuel tank and one 8,000 gallon diesel fuel tank, two pumps, concrete pad and associated piping and wiring. These tanks will be properly disposed in accordance with NMED and EPA requirements by the contractor per site procedures, environmental requirements, and standards.

The footprint of UST area will require soil sampling, contaminated soil disposal, backfill and possible environmental remediation via localized dig and haul methods to return it to useable space for WIPP operations. The scope of services required includes project management, quality assurance, and complete project oversight.

* Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.

TBD FY2025 TBD
Buyer to be determined. Contact Tailor.Brown@wipp.doe.gov for additional information.
9/30/2025 Waste Hoist Electrical and Controller Upgrade
Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to design, demolish, install, and commission a modern hoist control system for the Waste Hoist at the Waste Isolation Pilot Plant (WIPP) in Carlsbad, New Mexico.
PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. Contact WIPP.Supplier@wipp.doe.gov for additional information.

Subcontractor shall design, demolish, install, and commission a modern hoist control system for the Waste Hoist.

Subcontractor shall perform the following:

  • Procure and store equipment according to manufacturer recommendations.
  • Removal of existing DC drive and controls equipment.
  • Provide design, installation, and commissioning for a modern hoist control system to include:
    • A relocated hoist control station to an existing building not to exceed 500 feet from the existing Waste Hoist control station.
    • Power and controls cabinets shall be relocated as described in above.
    • Fiber-optic or similar control connections shall be provided between the Power and Controls cabinets and the newly relocated hoist control station. The system shall be easily expandable to allow for relocation of the hoist control station to a future building. Wireless control signals shall not be used unless approved by SIMCO. Fiber-optic connections shall have primary and secondary connections.
    • Control system shall not be connected to the WIPP computer network or the internet. The system must be air gapped.
  • The subcontractor is responsible for placing all equipment in the location specified in the subcontractor’s design and providing any equipment pads, curbs, etc. NOTE: A bridge crane of 30 tons is provided in the waste hoist tower for lifting equipment between floors. A personnel elevator as well as stairways and ladders are provided for personnel access.
  • The subcontractor shall provide a minimum of 3 weeks of operator and maintenance training on the new system.
  • The subcontractor shall provide all maintenance and operations documentation, system descriptions, drawings, cut sheets, and manuals.
  • Materials provided shall be of new manufacture and shall, to the greatest extent possible, be the product of one equipment manufacturer. Current site standard is Allen Bradley for PLCs but SIMCO will entertain other manufacturers as submitted by the bidder.
  • The controls design shall be a standard hoist control system, “state of the art” at time of purchase.
  • The designing subcontractor shall have experience with at least two recent mine hoist control systems of similar size.
  • The installing subcontractor shall have experience with at least two recent mine hoist control systems of similar size.
  • Provide Spare Parts Plan.

Design of the new equipment for the Waste Hoist system includes:

  • Functional requirements are as stated in the WIPP System Design Description (SDD) for the Waste Hoist System which include:
    • Compliance with 30 CFR Part 57, Subpart R, Personnel Hoisting.
    • Provide overtravel and overspeed (over 550 fpm) protection that will set the brakes during either of listed conditions. (System shall work in parallel with existing “Lilly” controller.) NOTE: Electronic Mine Hoist System will be a future Safety Significant credited item. System shall have a Commercial Grade Dedication Plan written by SIMCO Engineering, identifying critical characteristics and outlining inspection and testing requirements. CGID plan 25-003 will be used.
    • Vendor to propose PM or Activity to verify proper operation of new system.
  • Automation Upgrades:
    • Operator Console(s) with designers’ standard controls, computers, and monitoring suite (HMIs, etc.).
    • Electronic Mine Hoist “Lilly Controller” System is a preferred parallel safety control device. Alternatives can be considered but must be approved by WIPP Engineering and Nuclear Safety.
    • Field Devices, including interface with chairing system (provided by others), shall be provided with interconnecting wiring. Note: The mine shaft is 2150 feet from surface to the underground level (single level mine). The mine shaft sump extends approximately 125 feet below the mine level. Field devices to include all devices connected to current control system.
    • Communications System to include voice communication between the hoist operator, the conveyance, and the two landing stations (surface and underground). The backup “bell” system shall be retained with the hoist operations “bell” signal devices relocated to the new operations station.
    • SCADA implementation for six months (minimum) of history.
    • Implementation to accommodate 25% I/O expansion.
    • New communication system for voice communication between the conveyance and the hoistman at any point in the shaft.
    • I/O controls on the conveyance to monitor materials car status.
    • Interface to allow maintenance troubleshooting and trending (SCADA) as well as real-time monitoring of hoist parameters.
    • New Bearing Temperature Monitoring System.
  • Electrical
    • DC Drive Lineup with:
      • Isolation switch and circuit protection
      • Cabinet assembly to replace existing enclosures (form, fit, function)
      • Cable entry and exit
    • Existing Equipment to be Reused:
      • 475VAC Power Distribution Network
      • DC Motor
      • Motor Control Center (replace if new design calls for different arrangement, additional power etc.)
  • Braking System
    • Brake Hydraulic Power Unit (HPU) and control cabinet
      • Hydraulic piping
      • Dual pump and motor assemblies
      • Conditioning system (temperature control and filtration)
      • Multiple brake control valve options
    • System shall be compatible with Shell Tellus S2 VX 32 or vendor shall submit an alternative.
    • Existing Equipment to Reused:
      • Emergency Dump Valves
      • Brake Caliper Units
  • TBD FY2025 TBD
    Buyer to be determined. Contact WIPP.Supplier@wipp.doe.gov for additional information.
    9/23/2025 Replace Air Handling Units 41-B-803 & 41-B-804
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide the design, demolition, installation, and commissioning services for the replacement of Air Handling Units (AHUs), 41-B-803 & 41-B-804, at the Waste Isolation Pilot Plant (WIPP) in Carlsbad, New Mexico.
    PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. Contact WIPP.Supplier@wipp.doe.gov for additional information.

    This turnkey subcontract requires the demolition of the existing HVAC units along with the design, procurement, installation, and testing for two replacement Air Handling Units (41-B-803 & 41-B-804). Additional services required includes project management, quality assurance, and complete project management including the following:

    Design

    Design of a complete AHU system is one of a pair (lead and lag/redundancy) that individually must maintain:

    • Indoor temperature of 65 degrees F during the winter months when the outdoor temperature is 19 degrees F.
    • Indoor temperature of 80 degrees F during the summer months when the outdoor temperature is106 degrees F.
    • AHUs airflow will be set up as a once through design. There is currently a Return air plenum so the system can use 100% outside air or 100% return air with airflow capacity of 19,100 CFM in either operating mode. The AHUs do not need to change from one to the other, but will need to connect to the plenum.
    • There is currently a Return air plenum so the system can use 100% outside air or 100% return air with airflow capacity of 19,100 CFM in either operating mode. The AHUs do not need to change from one to the other, but will need to connect to the plenum.
    • Electrical heating coils for heating designed with 350 KW of power with an air temperature rise of 58 degrees F.
    • Supply voltage for the heater 480V, 3-phase, 60Hz.
    • System design with a max 0.23” WG air pressure drop across the heater coils.
    • Heater is controlled by an enabling circuit using a dry contactor, and a 4-20mA current signal that controls the percentage that the heater operates at (ending with preposition).
    • Heater controls, along with the chilled water control are controlled by the building automation system (BAS) and not part of the AHUs, but the AHUs will still need to be able to interface will the BAS.
    • The cooling capacity needs to be a minimum 1,118 BTUs with a flow of around 185 GPM of chilled water. The chilled water also uses a 4-30mA control signal to control the chilled water valve. Valve is to be external of the AHU and will not be controlled by the AHU.
    • The existing AHU fan is a centrifugal UP-blast fan with a fan wheel diameter of 27’’. The total static pressure from the fan is 6.0” WG with a discharge velocity of 2,530 FPM. The fan has a V-Belt drive, an airfoil blade type, and variable inlet vanes. The current fan is a V-belt drive with a fan wheel diameter 27 inches. One of the AHUs is configured for a clockwise fan rotation while the other is counterclockwise. The current motor set up is listed at 30 HP, with an RPM of 1750, and a supply voltage of 480 volts, 3-phase, and 60 hz.
    • The existing system uses a Variable Frequency Drive (VFD) so the inlet vanes are NOT needed. Fan speed is controlled by a pressure transmitter feedback signal that sets the speed through the VFD, and the new system shall operate in a similar manner unless an alternate design configuration is approved.
    • Insulation of AHU will meet all NFPA 90A requirements. The insulate will also have an R-Value high enough to prevent condensate from forming on the walls of the AHU.

    TBD FY2025 TBD
    Buyer to be determined. Contact WIPP.Supplier@wipp.doe.gov for additional information.
    9/3/2025 Weed Control and Eradication Services
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide Weed Control and Eradication Services for the Waste Isolation Pilot Plant (WIPP) and off-site WIPP leased/owned land or structures located in Carlsbad, New Mexico.
    PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. Contact LeAnna Lopez (leanna.lopez@wipp.doe.gov) Procurement Specialist for additional information.

    Subcontractor shall perform weed control and eradication services at the areas stated in the Description of Work Areas, below and Attachment A - Zone Areas, in accordance with all State and Federal Requirements.

    Onsite and Offsite Zones
    Zone A

    Zone A consists of the Shaft 5 and SSCVS areas, the Property Protection Area (PPA), the main parking area located in the northwest corner outside the PPA, and the two main entrances. The PPA is bounded by a chain-link security fence. This Zone shall receive a monthly spot treatment.

    A spring and fall Broadcast Treatment may be applied under the discretion of the SIMCO assigned Project Subcontract Technical Representative (PSTR) and contingent on other factors.

    Zone B

    Zone B consists of salt cells and SPDV material pile. These assets will be treated only per the direction of SIMCO, primarily for noxious weeds and weed maintenance of access roads. This zone also includes off-site storage areas. These assets will receive a monthly spot treatment and a spring and fall Broadcast Treatment as identified above. Included in this description are the laydown yards for Sandia National Laboratories, Environmental property, and the landfill area inside and outside the fence lines.

    Zone C

    Zone C consists of Site Ponds and the Facilitative Lagoon System (FLS). It is imperative that pesticides are not introduced into the FLS. Application for this asset shall be performed along both sides of the chain-link fence. The Site Ponds will be treated only per the direction of SIMCO. This will be primarily along the fences and may include application for aquatic weeds and mesquite eradication. The treatment application shall be in the form of Spot Application and per the request of the WIPP PSTR for the required application.

    Zone D

    Zone D consists of several smaller off-site locations to include the Fuel Station, Met & Verizon Towers, Shaft 5 Sub Station and Xcel Station. These will receive a spring and fall Broadcast Treatment. Spot and Broadcast treatments may be required if deemed necessary by WIPP and as directed through the PSTR.

    Zone E

    Zone E consists of all roadways and access points to off-site locations as refer to in Attachment A. Spot treatment of these areas shall be performed on an as needed basis through the direction of the PSTR.

    Zone F

    Zone F consists of the WIPP Land Withdrawal Area (WLWA) and Rights-of-Ways (ROWs). The focus is for the eradication of noxious weeds (e.g., African Rue) which have been identified within the boundaries of the WLWA by Site Environmental Personnel and on ROWs. The treatment process for this invasive species shall be spot application as directed by the PSTR.

    Carlsbad Facilities

    Plant helper warehouse is 4210 National Parks Highway Building D. These assets will receive a monthly spot treatment and a spring and fall Broadcast Treatment. Future areas to spray will be defined with purchase order change notices issued by Procurement.

    📷 See this attached image for a reference of the related zones

    * Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract
    TBD FY2025 TBD
    Buyer to be determined. Contact:
    leanna.lopez@wipp.doe.gov
    for more information at this time.
    9/17/2024 Hoist Electrical Alignment and Inspections
    Salado Isolation Mining Contractors, LLC (SIMCO) is seeking potential offerors from experienced and qualified Subcontractors to perform Annual Hoist Electrical Alignment and Inspections for the Waste Hoist and Salt Hoist for the Waste Isolation Pilot Plant (WIPP) located in Carlsbad, NM.

    Hoist Electrical Alignment and Inspections at the Waste Isolation Pilot Plant (WIPP). The Subcontractor shall provide technical support to SIMCO Electrical Maintenance Personnel during the inspection activity. All activities shall be performed in accordance with WIPP work control process. All physical work activity shall be performed by WIPP personnel.
    A. Technical support shall include the following:
    a. The Subcontractor shall provide a field report consisting of observation of alignment and inspection activities and documentation of problems. The report shall also provide recommended solutions and be submitted in accordance with Approval Request/Variation Request (AR/VR) process.
    b. Provide advice to personnel during the performance of inspectionsand alignments.
    c. Visually inspect components and equipment.
    d. Conduct and supervise the inspections without physical contact of equipment or components.
    1. The Subcontractor shall be available for phone support and shall travel to the WIPP Site for in person support as the need arises. The Subcontractor shall be available on an unscheduled basis and shall be able to be onsite within 72 (seventy-two) hours.

    *Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.
    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tim.Walling@wipp.doe.gov
    for more information at this time.
    9/17/2024 Hoist Wire Rope & Pin Inspections
    Salado Isolation Mining Contractors, LLC (SIMCO) is seeking potential offerors from experienced and qualified Subcontractors to perform Annual Hoist Electrical Alignment and Inspections for the Waste Hoist and Salt Hoist for the Waste Isolation Pilot Plant (WIPP) located in Carlsbad, NM.

    1. Subcontractor shall perform Visual, Ultrasonic and Electromagnetic Nondestructive Examination inspections on all wire ropes, mechanical pins and brake pins associated with the WIPP Hoisting equipment in accordance with 30 CFR 57.19000, Subpart R - Personnel Hoisting. The NDE inspections shall be performed under the Subcontractor’s approved procedures. The Subcontractor must possess and maintain a documented Quality Program.
    2. These inspections are semi-annually in November and May of each Fiscal Year.
    3. Quarterly Inspections may be required, if deemed needed by the Cog Engineer, but are limited to the rope and/or ropes of interest.
    4. A resultant Subcontract would be issued for a Base Year plus 4 One-Year Options. These inspections are for the Waste Hoist, Salt Hoist and Air Intake Shaft (AIS) Hoist. The Waste Hoist is an overhead drum multi rope friction hoist and is a critical component for lowering nuclear waste and other required mining material and personnel underground. The Salt Hoist is a double drum hoist. The AIS Hoist is a single drum hoist. Depending on the specific hoist, there are ropes, rope pins and brake pins which require semiannual and, in some cases, a yearly inspection in order to meet Mine Safety and Health Administration (MSHA) guidelines.

    *Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.
    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tim.Walling@wipp.doe.gov
    for more information at this time.
    9/17/2024 Update HVAC Direct Digital Control System Software Update
    SIMCO is seeking potential offerors to provide professional services to update WebCTRL software from version 6.5 to 8.5 and update Automated Logic LGR router firmware and security certificates. WebCTRL software is used at WIPP to control the Heating, Ventilation, and Air Conditioning (HVAC) Direct Digital Control (DDC) system.

    The WIPP WebCTRL network is hosted on-premises within the Central Monitoring System accredited boundary and utilizes LGR1000 model routers. The successful Offeror shall apply a SIMCO-provided Secure Sockets Layer (SSL) certificate generated from the Subcontractor’s Certificate Signing Request (CSR) to change the WebCTRL browser interface from Hypertext Transfer Protocol (HTTP) to HTTP Secure (HTTPS). Upon completion of the work scope, the subcontractor shall test and validate the software, firmware, and security certificate updates with SIMCO Cognizant System Engineer (CSE) support and provide SIMCO HVAC cognizant engineers training on WebCTRL updates. SIMCO estimates the RFP for this procurement will be issued in Q3 of FY2024.

    TBD FY2025 TBD
    Buyer to be determined. Contact:
    WIPP.Supplier@wipp.doe.gov
    for more information at this time.
    9/17/2024 Central Uninterruptable Power Supply (UPS) Preventive Maintenance and Repairs
    Salado Isolation Mining Contractors, LLC (SIMCO) is seeking potential offerors to perform on-site service and repair of the Central Uninterruptable Power Supply (UPS) at the Waste Isolation Pilot Plant (WIPP) located in Carlsbad N.M.

    An EATON Certified Subcontractor is needed to provide support, service, repair, and annual preventive maintenance of the Central Uninterruptable Power Supply (UPS) (100KVA, 480- 208/120V, 3-Phase Eaton Powerware 9390). The successful offeror must be an authorized Eaton sales and service representative. UPS replacement parts required for repairs or service shall be OEM parts or recommended non-OEM parts approved by EATON and SIMCO. These services shall follow the SIMCO/WIPP work control process. SIMCO estimates the RFP for this procurement will be posted in Q3 of FY2024.

    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tayl.Perkins@wipp.doe.gov
    for more information at this time.
    9/17/2024 Liquid Filled Transformers Maintenance
    Salado Isolation Mining Contractors, LLC (SIMCO) is seeking potential offerors to provide on-site service and repair and perform annual preventive maintenance and predictive trending on fourteen (14) Liquid Filled Transformers at the Waste Isolation Pilot Plant (WIPP) in Carlsbad, New Mexico.

    The qualified Electrical Technical Services subcontractor responsibilities shall consist of (but not limited to) performing inspections on transformers for leaks, corrosion, inspecting transformer gauges operability, perform a dissolved gas analysis (DGA) in oil sample for lab testing, obtaining and testing a top of tank gas sample, obtaining a transformer oil sample for lab testing, perform a dielectric strength test, examining transformer oil level and overall operability as required.

    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tayl.Perkins@wipp.doe.gov
    for more information at this time.
    9/17/2024 On-Site HEPA Filter Testing
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors for the procurement of On-Site HEPA Filter Testing Services for the Waste Isolation Pilot Plant (WIPP) site and other WIPP related facilities in Carlsbad, New Mexico.
    This service requires in-place testing of HEPA filters utilizing Polyalphaolefin (PAO), or other suitable aerosol. Various existing HEPA filter banks at the WIPP site are used to filter air from various locations. These HEPA filter banks need to be tested for reliability and operability to ensure the filters are performing efficiently to greater than or equal to 99%.
    Testing shall include:
  • Annual testing for all site HEPA banks or testing as needed.SIMCO will notify Subcontractor a minimum of 2 weeks prior to scheduling the annual site HEPA testing.
  • Testing for the replacement filters on a call out basis.
  • Testing is to be in accordance with:
  • ANSI standards N510 Testing of Nuclear Air Treatment Systems or
  • ASME N511 In-Service Testing of Nuclear Air Treatment, Heating, Ventilating, and Air-Conditions Systems and WIPP maintenance procedures (PM).
  • TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tayl.Perkins@wipp.doe.gov
    for more information at this time.
    7/15/2024 Waste Shaft Sump and Conveyance Chairing Refurbishment
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide the design, procurement, and installation of the Waste Shaft Sump and Conveyance Chairing Refurbishment to upgrade the system at the Waste Isolation Pilot Plant (WIPP) in Carlsbad, New Mexico.

    The system is part of the waste shaft in the mine where the hoist can travel more than 2,150' from the surface. The purpose of this refurbishment is to extend the life of the system. The services to be supplied under this subcontract consist of, but not limited to:
    1. Design, procurement, fabrication, installation, amd testing.
    2. Removal and Demolition
    3. Rehabilitation
    4. Commissioning
    5. Transportation

    *Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.
    TBD FY2025 TBD
    Buyer to be determined. Contact:
    WIPP.Supplier@wipp.doe.gov
    for more information at this time.
    9/17/2024 Site Overhead Door Maintenance and Repair
    Salado Isolation Mining Contractors, LLC (SIMCO) is seeking potential offerors to provide on-site corrective maintenance, preventive maintenance and all other essential functions necessary to maintain the site's overhead doors. The Waste Isolation Pilot Plant (WIPP) site

    contains numerous overhead, vertical, roll-up, and vertical tornado doors throughout the site which may require maintenance, repair, and or replacementThe Subcontractor shall evaluate existing doors to determine full functionality. Services and parts will be provided to maintain, repair, and/or replace these doors and components as specified by SIMCO. Services will be provided at the WIPP or leased facilities in Carlsbad, New Mexico.

    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tayl.Perkins@wipp.doe.gov
    for more information at this time.
    7/1/2024 Vehicle Tire Maintenance and Repair
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified Subcontractors to provide vehicle/equipment tires, including but not limited to: replacement; refurbishment; repair; inspection; balancing; vehicle alignment; rotation; delivery; recycling and storage of tires, at the Waste Isolation Pilot Plant (WIPP) in Carlsbad, New Mexico. This is a "Base Year" Master Task Order (MTO) with four (4) option years. General Services Administration vehicles are excluded.

    1. Perform tire replacement and/or repair of tires on all surface and underground vehiclesincluding but not limited to: rescue vehicles, fire trucks; heavy equipment; forklifts;miner's carts; trailers and other rolling stock vehicles as required. Tires may be foamfilled, solid or air filled.The replacement tires will be provided as like for like" equipment.
    2. Replace all tires meeting the vehicle manufacturer's recommended replacementspecifications. IIf needed, specifications are in the Operation and Maintenancemanuals located in the Engineering File Room and available by request through theSIMCO Project Subcontract Technical Representative (PSTR).
    3. Provide new or replacement rims, valve caps, valve stems and balance weights asneeded or requested, that meet or exceed the Original Equipment Manufacturer'sspecification.
    4. Recycle unusable rims, and submit a copy of the shipping weights of the recycled rimsto the PSTR and Los Alamos Technical Associates, (LATA))Site EnvironmentalCompliance (SEC).
    5. Transport and recycle all replaced tires and associated waste off the WIPP Site.
    6. Perform complete interior and exterior tire inspection on all tires under repair.
    7. Perform balancing of all tires repaired and/or replaced as applicable.
    8. Perform alignment and tire rotation only on WIPP Vehicles brought to theSubcontractor's facility as requested.

    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tayl.Perkins@wipp.doe.gov
    for more information at this time.
    12/3/2024 Non-Hazardous Waste Management Removal
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors for the procurement of Non-Hazardous Waste Management Removal Services for the Waste Isolation Pilot Plant (WIPP) site and other WIPP related facilities in Carlsbad, New Mexico.


    A. The Subcontractor shall provide the loading, unloading, transportation, and disposal of all containerssupplied for non-hazardous municipal solid waste and recycling removal.
    B. The containers will be delivered and serviced as requested on an as needed basis directed by theAdministrative Subcontract Technical Representative (ASTR). All roll off containers shall have aminimum capacity of 20 yards and maximum of 40 yards. The ASTR will specify the capacity uponordering.
    C. The Subcontractor shall supply five of the four-yard dumpsters, five of the six or eight-yarddumpsters. These dumpsters will be serviced by the Subcontractor on a predetermined day and timethat is agreed upon by ASTR and the Subcontractor.
    D. The Subcontractor shall supply one recycling roll off containers (sealed top, 20–40-yard roll-offcontainers, with 3 – 4 side hinged or sliding panel doors and/or slots to accommodate site recyclablenon-hazardous materials (ex: Cardboard, Glass, Plastic, Aluminum).
    E. The Subcontractor shall transport the recyclable non-hazardous material to either a recycling vendorin Carlsbad, NM, Hobbs, NM, Waste Management operated recycling yard or to any other recyclingvendor deemed practical or as required by special circumstance.
    F. The ASTR in coordination with the Buyer may request additional roll off dumpsters or additional four,six or eight-yard dumpsters beyond the normal requirements. These requests will be scheduled as far inadvance as possible by notifying the Subcontractor via email and arranging for the waste removal.
    G. The Subcontractor shall supply all labor and materials to collect and transport the waste to the landfillor other approved disposal sites. All the waste being removed is classified as miscellaneous non-hazardous debris.

    TBD FY2025 TBD
    Buyer to be determined. Contact:
    WIPP.Supplier@wipp.doe.gov
    for more information at this time.
    2/4/2025 Laundry and Clothing Mending/Repair Services
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide Laundry and Clothing Mending/Repair Services for the Waste Isolation Pilot Plant (WIPP) located in Carlsbad, New Mexico.
    Services:
  • On a bi-weekly basis the Subcontractor shall pickup, launder and repair clothing and other items. Location for pickup and delivery is the WIPP Site.
  • The pickup and delivery trips will be Monday and Wednesday. The driver shall enter the WIPP site unescorted.
  • Items shall be counted before pickup and again be counted against the delivery ticket when returned.
  • Any items that are delivered that are stained or identified as remaining soiled will be deducted from the delivery ticket and returned on the next pickup.
  • Minor items such as repair of torn garments, replacement of buttons and zippers, and alterations (as requested) shall be made on a prequoted rate for such repairs.
  • Typical Items
    Towels
    T shirts
    Jackets
    Coveralls
    Mop Heads
    4x6 Mat cleated
    Uniform Pants
    3x5 Mat Scraper
    Uniform Shirts
    4x6 Mat Scraper
    Scrub Tops
    3x10 Mat Pattern Cleated
    Scrubs Pants
    4x6 Mat pattern Cleated
    Soil Bin
    3x5 Mat pattern Cleated
    Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.
    TBD FY2025 TBD
    Buyer to be determined. Contact:
    Tim.Walling@wipp.doe.gov
    for more information at this time.
    2/4/2025 Subcontractor Managed Inventory Services for Industrial Fasteners
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide a Subcontractor Managed Inventory System (SMIS) of fasteners. Bins of bolts, electrical connectors, and pipe fittings are to be placed in the underground at the Waste Isolation Pilot Plant (WIPP) located in Carlsbad, New Mexico.

    The subcontractor shall provide a SMIS of bins for fasteners, connectors, and fittings and provide the inventory management for restocking of all items bi-monthly.

    A. The SMIS shall provide inventory tracking, reordering and low inventory levels alerts, inventory reports and inventory support.
    B The SMIS shall be based on inventory usage, projected usage, physical space management, inventory depletion and other factors.
    C. The Subcontractor shall comply with the SIMCO Quality Assurance Program. All inventory brought to the site requires material cut sheets/data sheets that shall be submitted through the AR/VR process established in WP 15-PC3041, Approval/ Variation Request Processing.
    D. The Subcontractor site visit frequency should be determined by material usage, no less than bi-monthly. Schedule will be determined by the Subcontractor and Administrative Subcontractor Technical Representative (ASTR).
    E. The Subcontractor shall be able to provide all material requested as specified in the formal Request For Proposal (RFP). Inventory Assessment and Replenishment

    Inventory Assessment and Replenishment

    A. The subcontractor work shall consist of assessment of inventory and replenishment of bin quantities of the parts provided.
    B. All bolts will be provided with and accompanied by the correct nut and washer.

    *Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.
    TBD FY2025 TBD
    Buyer to be determined. Contact:
    WIPP.Supplier@wipp.doe.gov
    for more information at this time.
    2/4/2025 Trunked Radio Communication Network and Towers
    Salado Isolation Mining Contractors (SIMCO) is seeking potential offerors from experienced and qualified subcontractors to provide the design, fabrication, installation and testing of a new Trunked Radio Communications Network and Towers at two main WIPP locations: the Central Monitoring Room (CMR) Office and the Security Office located at the plant site; and the Emergency Management Office in the Skeen Whitlock Building in Carlsbad, New Mexico.

    SCOPE

    A. The work scope associated with this project covers the requirement for a turnkey design, fabrication, installation, and testing for the Trunked Radio Communications Network and Towers.
    B Installation of civil structural, electrical and mechanical infrastructure to support the system includes a secure fenced and surveilled compound enclosing the WIPP Site Shelter and Antenna.
    C. The Subcontractor shall work in close cooperation with the WIPP project team in all matters relating to this project.
    D. The project will be performed in three (3) phases as described as follows:

    Phase 1 - Design a complete Trunked Radio Communications Network and Towers

    Phase 2 - Procure, fabricate and install all equipment

    Phase 3 - Perform a Network Penetration Test


    WIPP personnel shall witness the subcontractor's performance of the acceptance test for the new Trunked Radio Communications Network and Towers.

    *Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract.
    TBD FY2026 TBD
    Buyer to be determined. Contact:
    WIPP.Supplier@wipp.doe.gov
    for more information at this time.

    Electronic invoices are the preferred method for invoicing and shall be emailed to: SIMCOAccountsPayable@wipp.doe.gov. Hardcopy invoices are only to be submitted if the supplier does not have the capability of submitting invoices electronically. In this case, invoices can be mailed to:

    • Salado Isolation Mining Contractors
    • Attn: Accounts Payable GSA-206
    • P. O. Box 2078
    • Carlsbad, NM 88221-2078

    See the individual purchase order for additional invoicing requirements.

    Suppliers should note that sales tax on Purchase Orders and Purchase Credit Cards with SIMCO will not be paid. Please contact SIMCONTTC@wipp.doe.gov to obtain copies of your NTTCs or if you have any questions.

    As the Management and Operating (M&O) Contractor, SIMCO is allowed to issue Type 5 (Services), Type 6 (Construction) and Type 15 (materials/product) Non-Taxable Transaction Certificates (NTTCs) to New Mexico and out-of-state subcontractors/suppliers. The NTTC entitles the seller to deduct those receipts when determining taxable gross receipts. In practice, this means SIMCO can purchase goods and services free of the gross receipts tax that is usually passed on to the buyer via an invoice, as the New Mexico Gross Receipts Tax (NMGRT) is considered an unallowable cost to the Government. SIMCO will pay NMGRT on the costs incurred per the contract as the M&O Contractor to the U.S. Department of Energy for the WIPP Project.

    Applicability

    This exemption applies only to the Subcontractor, not to any lower tier subcontractors or suppliers. For work performed in New Mexico, and New Mexico Suppliers/subcontractors are required to register with State of New Mexico and provide a Combined Reporting System (CRS) identification number obtained from the New Mexico Taxation and Revenue Department. The subcontractor shall be responsible for following all applicable federal, state, and local tax laws, including payment of all federal, state, and local taxes, as applicable. The subcontractor shall be responsible for the flow down of all applicable federal, state, and local tax requirements to any lower tier suppliers it uses in the performance of this subcontract. Tax obligations of lower tier suppliers shall be the responsibility of the subcontractor and/or the lower tier supplier.

    Drop Shipping Exceptions

    SIMCO may occasionally drop-ship items to an out-of-state destination for employees working at Generator sites or for employees working remotely. SIMCO will provide the New Mexico NTTC necessary for exemption to the vendor. Sales and use tax exemption rules vary from state to state, therefore the vendor may not accept the New Mexico NTTC, but will require an exemption certificate applicable to the ship to state. If SIMCO is not registered for sales and use tax purposes in the ship to state or does not have an exemption in line with the particular state’s rules, SIMCO may be required to pay the sales or use tax as necessary.