Z--SRF Building Asbestos Abatement
ID: 140R2026Q0010Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.

    Point(s) of Contact
    Gamo, Ronald
    (916) 978-4304
    (916) 978-5175
    rgamo@usbr.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    A--Northern California Area Office (NCAO) Cultural Re
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide abatement and demolition services for asbestos pipe insulation at the Buffalo Veterans Affairs Medical Center (VAMC) located at 3495 Bailey Ave, Buffalo, NY. The project requires the contractor to complete the work within 21 days of award, including the demolition of approximately 330 square feet of plaster ceiling and the abatement of various asbestos-containing materials in compliance with federal and state regulations. This procurement is critical for maintaining a safe healthcare environment, as it addresses hazardous materials that could pose health risks to patients and staff. Interested contractors must contact Devan Bertch at Devan.Bertch@va.gov for further details and to ensure compliance with all necessary certifications and regulations.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    47--Northern California Area Office (NCAO) Auxilary Sy
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes from qualified small businesses for the procurement of Auxiliary System Runner Replacement Parts for the Northern California Area Office (NCAO). The objective of this procurement is to acquire high-quality stainless steel piping components and fittings, which are essential for maintaining the infrastructure of the NCAO Auxiliary System, with a focus on quick delivery to meet local demands. Interested vendors must submit their quotes via email by 3:00 p.m. PST on December 5, 2025, including a detailed pricing schedule and other required documentation, to Steven Teves at steves@usbr.gov. This opportunity is a total small business set-aside, and the evaluation will consider factors such as price, delivery timeliness, and past performance.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--Replace Roof Visitor Center & Administration Bldg
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a presolicitation for the replacement of the roof at the Visitor Center and Administration Building of Fort Larned National Historic Site in Larned, Kansas. The project involves the removal of approximately 10,538 square feet of cedar shingles, inspection and replacement of skip sheeting, installation of fire retardant shingles, and necessary adjustments to the lightning protection system, among other tasks. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a firm fixed price expected to be awarded in late winter 2025 or spring 2026. Interested contractors should contact James Bissaillon at jamesbissaillon@nps.gov or (402) 800-8292 for further details, and must ensure registration in the System for Award Management (SAM) prior to the solicitation close date.
    USACE SPK DBB Construction - DDJC Tracy W28 Fire Life & Safety Repairs – Tracy, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice for potential contractors to modify the exterior fire sprinkler systems at Warehouse 28, DDJC Tracy, California. The project aims to convert the existing water-based fire sprinkler system, which is prone to freezing, to a system that remains operational in cold weather conditions. This modification is crucial for maintaining safety standards and operational readiness in the facility. Interested contractors are invited to submit capability statements by December 12, 2025, with an estimated project value between $1 million and $5 million, and a potential solicitation anticipated around March 2026. For further inquiries, contact Erik Quiralte at Erik.Quiralte@usace.army.mil or call 916-557-5157.