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
4/30/2026 Sanitary Stations and Kitchen Grease Trap Services
Salado Isolation Mining Contractors (SIMCO) is seeking qualified subcontractors to service the portable sanitary stations, hand wash stations, and kitchen grease traps used by the Waste Isolation Pilot Plant (WIPP).
Project Description

Salado Isolation Mining Contractors (SIMCO) is seeking qualified subcontractors to service the portable sanitary stations, hand wash stations, and kitchen grease traps used by the Waste Isolation Pilot Plant (WIPP).

  • This is a service Subcontract for cleaning and stocking portable toilets, handwash stations, holding tanks, and cleaning kitchen grease traps. Subcontractors are to provide portable toilets, handwash stations, cleaning supplies, and sanitary supplies; personnel for cleaning and stocking the portable toilets with products, dispensers, and toilet paper rolls; inspections; repairing andreplacement of portable toilets, hand wash stations; and providing additional units and service trips to clean and service existing toilets in the event of planned or unplanned interruptions of regular conditions, such as water and plumbing outages or population increase is also required. Kitchen grease traps shall be inspected and serviced approximately four times per year, including vacuuming, washing out, and cleaning the traps.
  • Subcontractor shall have the capacity to supply the WIPP site with additional portable toilets, handwash stations and/or additional service trips to clean existing toilets and holding tanks in the event of a water outage, plumbing outage, population increase, etc. Additional services trips will be at the direction of the SIMCO appointed Project Subcontract Technical Representative (PSTR).
  • For this subcontract, a sufficient amount of portable toilets and handwash stations per 29 CFR 1926.51, Sanitation, (at a minimum), shall be required to accommodate the site according to the proximity of work locations and number of personnel in those locations.
  • Portable Toilets and handwash stations shall be staged across the WIPP site as follows:
    • Various remote areas of the site as needed as directed by WIPP personnel.
    • Near the Salt hoist as directed by WIPP personnel.
    • Underground throughout the mine located within 500 feet of each working place where personnel are regularly employed. NOTE: Placement and servicing of portable toilets underground will be performed by WIPP personnel.
* Note: When published, the formal Request for Proposal (RFP) will provide the details of the services required for this subcontract This synopsis is for information and planning purposes and is not to be construed as a commitment. Interested parties should send a capabilities statement to Anna Fisk at Anna.Fisk@wipp.doe.gov, Buyer, Operations Procurement.

TBD FY2025 TBD
Buyer to be determined. Contact Anna.Fisk@wipp.doe.gov for additional information.
2/24/2026 Hoisting Capabilities Project
The Waste Isolation Pilot Plant is seeking qualified subcontractors to complete the Hoisting Capabilities Project. The Hoisting Capabilities Project will consist of three major infrastructure upgrades:

The Waste Isolation Pilot Plant is seeking qualified subcontractors to complete the Hoisting Capabilities Project. The Hoisting Capabilities Project will consist of three major infrastructure upgrades:

  • Subcontractor will install a new hoist system for the Utility Shaft (US) that will be capable of traveling a nominal 600 feet per minute and can lift a minimum of 75 people. This hoisting system upgrade will include supporting infrastructure, which will be used for the newly built US. The supporting infrastructure will include a hoist system, which will have a large material/equipment and personnel conveyance. Additionally, support buildings for mining personnel, a hoist house, underground supply warehouse, covered outside laydown area, parking area, and safeguards and security features will be constructed and co-located.
  • Infrastructure upgrades for the Air Intake Shaft (AIS) will include designing and constructing a new hoist system for the AIS shaft capable of lifting 200 tons of mined salt per hour. The system will include supporting infrastructure which will replace the existing aged infrastructure, including a new hoist house, headframe, and skip with accommodation for emergency egress of personnel from the mine.
  • Infrastructure upgrades will also include Power Supply upgrades. These upgrades will include a new 13.8 kV distribution switchgear at the Xcel Switchyard, which requires an expansion of the switchyard area fence area to the north. The new 13.8 kV distribution will have two bus sections (A / B), control power scheme equipment, and multiple circuit breakers for power distribution to the US and AIS hoists as well as future uses designated as spare.
The project includes Design, Planning, Construction, and Close Out.
  • Design Phase:
    • Preparation of a design that meets all requirements in the Statement of Work (SOW) and Functions and Requirement’s document
    • Submission of applicable drawings, specifications and division standards
    • Draft construction schedules and estimates for the applicable scope of work
  • Planning Phase:
    • Review and approval of Subcontractor submittals
    • Confirmation of Baseline Schedule
    • Review and approval of subcontractor’s work effort including Work Plans, Work Control, Documents, Lift Plans, Training, and Planning
    • Procurement of Materials
    • Readiness to Proceed
  • Construction Phase:
    • Mobilization
    • Construction
    • Development of all test plans
    • As Built/Redlines
    • Inspection and acceptance
    • Commissioning
  • Project Close Out:
    • Turnover to Operations
    • Demobilization

Salado Isolation Mining Contractors has established goals within their DOE Prime Contract to utilize Small Businesses classifications. For this project it is encouraged that the awardee will utilize and partner with various socioeconomic business types as lower tier subcontractors to the greatest extent possible. (i.e. Small Business, Small Disadvantaged Business, Women Owned, HUBZone, Veteran, 8a Small Business, AbilityOne, etc.)

TBD FY2025 TBD
Buyer to be determined. Contact William.ONeill@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 William.ONeill@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 William.ONeill@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 Tailor.Brown@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 Tailor.Brown@wipp.doe.gov for additional information.
    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:
    William.ONeill@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.