Y--LAKE 254108 Calville Bay Barge Relocation
ID: 140P2025R0016Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a moored breakwater, upgrading electrical systems, and implementing a UV treatment system to address contamination challenges. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by June 30, 2025, and can direct inquiries to Mark Barber at mark_barber@nps.gov or call 721-621-7310.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a pre-solicitation notice for a construction project to relocate the Callville Bay Water Intake Barge at Lake Mead National Recreation Area in Clark County, Nevada. This project is set-aside for small businesses and is anticipated to cost between $5 million and $10 million. It involves significant construction challenges due to the rural location and steep topography, requiring specialized underwater work and coordination with NV Energy for utility infrastructure. Key tasks include demolishing existing systems, installing a new ultraviolet (UV) water treatment system to address Quagga mussel issues, and improving access roads. The project will preserve visitor experience during construction and protect environmentally and culturally sensitive areas. There is a period of performance of about 580 days, factoring in potential weather delays, and proposals will be solicited electronically around December 11, 2024. Before bidding, interested businesses must register in the System for Awards Management (SAM). Additionally, the project aims to maximize opportunities for small and disadvantaged businesses, promoting subcontractor participation. This pre-solicitation serves as an early notification of the forthcoming solicitation and details will follow soon.
    The document outlines the specifications for the Lake Mead National Recreation Area project, specifically the relocation of a water intake barge. It details the prerequisites required for the project, including construction protocols, site restrictions, and environmental protections. The work is organized into three phases—initial construction of access roads, component installations, and the decommissioning of the existing barge—all requiring specific approvals. It emphasizes the need for careful coordination among contractors, adherence to park rules, and proactive communication with the public to minimize disruption. Additionally, it outlines contractual obligations spanning modifications, labor costs, and necessary permits. By establishing a project website for real-time updates and communication, this document highlights the National Park Service’s commitment to both project success and environmental sustainability. The structured approach integrates essential project management components, including timelines, safety requirements, and environmental oversight, ultimately ensuring compliance with federal and state regulations throughout construction.
    The document outlines the construction plans for relocating the water intake barge at Lake Mead National Recreation Area, scheduled for completion by September 27, 2024. The project includes demolition, installation of a new barge, and the addition of a wave attenuator to improve water intake and reduce wave impact. Detailed plans specify construction sequences, site specifics, and necessary permits, consolidating the expertise of civil engineers under license #032714, with Patrick Owen Parker overseeing the project. Key notes cover site preparation, safety measures, material specifications, and required inspections. Structural designs adhere to the 2021 International Building Code and local regulations, ensuring compliance with environmental safety standards. Additional details address the integration of electrical systems, including generator specifications, power distribution, and control systems to ensure safe operation of the water intake process. The document serves as a critical reference for contractors, emphasizing the importance of meticulous planning and execution in government-funded projects. This construction initiative illustrates the federal commitment to sustaining vital infrastructure while promoting environmental stewardship at national recreation sites.
    The document appears to be a government file related to various types of federal and state/local Requests for Proposals (RFPs) and grants. It encompasses a wide range of topics including funding opportunities, project proposals, and compliance requirements. The primary focus is on the guidelines and procedures involved in securing grants and responding to RFPs. Key points include the necessity for detailed project descriptions, alignment with government objectives, and adherence to local regulations. Additionally, the document outlines the evaluation criteria used by agencies to assess proposals and the importance of demonstrating measurable outcomes. Compliance with safety and environmental standards is emphasized throughout, as well as the necessity for budget transparency and accountability. This highlights the government’s strategic initiatives to promote effective project implementation while ensuring proper resource management. Overall, the material serves as a guide for potential bidders and organizations seeking to engage with government projects through formal proposals.
    The document outlines a Contract Price Schedule for a project titled "Relocate Callville Bay Intake Barge," managed by the National Park Service's Denver Service Center. This federal solicitation, numbered 140P2025R00016, pertains to the Lake Mead National Recreation Area and includes a detailed contractual breakdown for various services needed for the project. The schedule specifies line items for barge services, barge structure, support facilities, and coordination with NV Energy, all presented with the unit price and total price set to $0. Further, it includes an optional line item for a wave attenuator, which also lists a total price of $0. The contract's emphasis is on clear pricing and conformity to the solicitation documents, indicating that a proposal's acceptance relies heavily on submitted pricing for both base line items and options. Accuracy in calculations is stressed, and the document reiterates the importance of rounding totals to whole dollars. Overall, this schedule serves as a guideline for prospective contractors, ensuring they understand the requirements for cost submission in alignment with federal procurement processes.
    The document outlines a federal contract, detailing its identifiers, financial metrics, and performance aspects related to subcontracting. It specifies the contract number, type of set-aside, and total value, alongside performance periods for both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). The document emphasizes financial transactions by showcasing amounts paid to each contractor within various task orders, which comprise the overall contract value. Additionally, there is a focus on the limitations of subcontracting, including the government’s expectations regarding the percentage allocated to such agreements. The absence of financial amounts in this summary reinforces the need for comprehensive record-keeping. The structure indicates a methodical approach to managing federal contracts and grants, underscoring compliance with regulations concerning subcontracting. Overall, the file serves a critical role in ensuring accountability and transparency in federal procurement processes related to contract management.
    The Project Experience Questionnaire outlines the requirements for vendors seeking to respond to a federal solicitation (140P2019XXXX). Offerors must provide detailed information about their experience related to specific project references, including project titles, locations, descriptions, and contract details. Each offeror is required to list contractors involved in the referenced projects and describe their respective roles. The questionnaire includes a series of questions aimed at assessing the effectiveness of the contractors' work, including project challenges, changes in pricing and schedules, and successful methods of execution. Offerors are encouraged to expand their responses adequately to demonstrate relevant project experience, providing clarity on how their work aligns with the solicitation's evaluation criteria. The document serves as a guiding framework for federal procurements, emphasizing the importance of demonstrating past performance, problem-solving capabilities, and technical expertise relevant to the proposed project.
    The Past Performance Questionnaire for solicitation number 140P20 serves as a tool for evaluating potential contractors' performance on previous projects. Offerors must complete Sections A and B, while references are required to fill out Sections C and D before returning the questionnaire to the designated Contracting Officer. The document emphasizes that responses are considered source selection sensitive and are not endorsements by the government. The questionnaire seeks detailed contractor information, contract specifics of past projects—including project title, contract type, awarded price, and completion dates—as well as a description of the contracted work. Evaluation is categorized into areas such as Quality, Schedule Management, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Each category requires ratings from Exceptional to Unsatisfactory, accompanied by supporting comments. The primary purpose of the document is to collect standardized past performance data to inform the selection process for future federal contracts, helping to ensure that contractors meet required standards and possess proven capabilities. This systematic approach is typical in government RFPs, emphasizing accountability and performance history in public sector contracting.
    The Bid Bond document serves as a formal guarantee required when submitting bids for government contracts related to construction, supplies, or services. It outlines the obligations of both the Principal (the entity making the bid) and the Surety(ies) (entities guaranteeing the bid). The bond assures that the Principal will fulfill contract requirements upon bid acceptance, including executing necessary contractual documents within specified time frames. Failure to comply results in a financial obligation to the government for any excess costs incurred in procuring the work beyond the original bid amount. The document specifies conditions pertaining to the Surety's liability, including provisions for extensions without affecting Surety obligations when not exceeding 60 days. It mandates that corporate Sureties must be approved by the Department of the Treasury, and individual Sureties must provide additional verification of financial capability. The form must be completed and signed by authorized representatives, with corporate seals affixed where applicable. Overall, this Bid Bond is crucial in the government procurement process, ensuring that bidders demonstrate financial responsibility and commitment to contractual obligations, thereby safeguarding public funds and facilitating smooth contract execution.
    The solicitation 140P2025R0016, issued by the National Park Service (NPS), seeks proposals for the relocation of the Callville Bay Barge system in Clark County, Nevada, with a construction budget estimated between $5 million and $10 million. The project focuses on improving drinking water access from Lake Mead as water elevations fluctuate. Key tasks include constructing a moored breakwater, upgrading electrical infrastructure, and removing existing barge systems while introducing a UV treatment system to address contamination challenges from invasive species. The solicitation permits small businesses to participate and highlights the necessity for performance and payment bonds. Contractors are required to start within 10 days of the notice to proceed and must complete the work within 580 calendar days, with penalties for delays. Offerors must submit detailed price proposals and address specific requirements outlined across various sections, including specifications, contract clauses, and evaluation factors. Compliance with safety, labor, and environmental regulations is emphasized throughout. This document represents a significant step toward enhancing water resource management and infrastructure resilience in the region.
    The document addresses questions and responses related to the RFP for constructing a wave attenuator and related infrastructure. Key points include confirmation that steel materials must be hot-dipped galvanized, an extension of the bid deadline to June 23, 2025, and the availability of bathymetric survey data for bidders. The National Park Service (NPS) clarifies discrepancies in design parameters for wave loads and confirms that contractors can rely on provided design criteria without needing additional studies. It also outlines expectations for the removal of abandoned pipes, water quality concerns, and necessary environmental protections, including dust control measures and proper handling of hazardous materials like asbestos. The NPS notes that the wave attenuator will be an optional feature due to funding constraints, emphasizing the need to assess site conditions before finalizing bids. The document ends with clarifications on the requirements for cultural monitoring during construction and formal responsibilities of contractors regarding environmental compliance. Overall, the file details important logistical, environmental, and regulatory considerations critical for bidders in this federal solicitation process.
    The document addresses questions and responses related to the federal Request for Proposals (RFP) for a construction project involving a floating wave attenuator at a National Park Service site. Key updates include the confirmation that the wave attenuator is now an optional line item, with specifications detailing wave heights and design criteria. Clarifications were provided regarding water levels at installation, the requirement for a bathymetric survey, and the qualifications for contractors regarding quality control systems. Responses emphasize that contractors can rely on the provided design criteria and do not need to perform duplicate studies; however, they must respect environmental regulations such as dust control measures during construction. The contract includes provisions for the removal of abandoned infrastructure, management of potential hazardous materials (including asbestos), and guidelines for staging areas to minimize disruption during construction. Importantly, a three-week bid extension was granted to allow bidders sufficient time to accommodate modifications and to prepare comprehensive proposals. The document addresses the management of invasive species and outlines responsibilities for inspections and decontamination. Overall, this file serves as a resource for bidders, ensuring clarity and transparency in the bidding process while addressing the project's complexities and the regulatory framework that governs it.
    The government document addresses inquiries related to the Request for Proposals (RFP) for a project involving the installation of a floating wave attenuator at a National Park Service site. Key points include amendments confirming specifications such as significant wave height, design criteria, and construction expectations. It clarifies design responsibilities, confirming that contractors can rely on provided design data without needing duplicate studies. The document details requirements for dust control, handling existing infrastructure, and addressing invasive species. Bid deadlines have been extended, and options for concrete wave attenuators are discussed, stressing compliance with specific material standards. The purpose of this document is to ensure clarity and compliance within the RFP process, facilitating effective contractor participation while adhering to environmental and regulatory standards. Overall, it emphasizes the contractor's responsibilities, project specifications, and the collaboration required with various stakeholders throughout the project lifecycle.
    The Lake Mead National Recreation Area project focuses on relocating the water intake barge near Callville Bay, requiring comprehensive construction and coordination efforts. The initiative involves installing underground electrical and water services, a UV enclosure with a generator, and mechanical systems on a floating barge, with extensive safety, environmental, and coordination requirements. Execution is structured into three phases: construction of an access road, installation and testing of components, and removal of the old barge once the new system is approved. Key aspects include minimizing disruption to public use, maintaining natural surroundings, and adhering to federal regulations and environmental protections. The documentation outlines contractor responsibilities, including securing permits, safety measures, coordination meetings, and compliance with specified environmental regulations. Overall, the project is designed to enhance infrastructure while ensuring environmental and regulatory adherence within the national recreation area.
    The Lake Mead National Recreation Area's "Relocate Water Intake Barge" project by the National Park Service includes comprehensive construction specifications covering various aspects of the work. The project involves relocating and improving the water intake barge situated near Callville Bay in Boulder City, Nevada, comprising the installation of electrical and water services, construction of facilities, and essential environmental considerations to protect natural resources. Work is organized into three distinct phases: 1. Constructing a necessary access road. 2. Installing and testing system components prior to the operational startup. 3. Abandoning and removing the existing barge system only after the new system is tested for 14 days. Contractor site use is highly restricted to prevent disruption of natural features and park visitor experiences, with specific guidelines provided for material storage, public access, and coordination with park regulations. The document outlines sequences for project management, submission procedures, and environmental adherence while emphasizing the importance of coordination among various construction entities to ensure efficient, timely work with minimal impact on park operations. The project underscores the commitment to safety, compliance, and ecological preservation during construction efforts.
    The document outlines the construction plans for relocating the water intake barge at Lake Mead National Recreation Area, scheduled for completion by March 4, 2025. Key components include demolition, barge and wave attenuator installation, and extensive detailing of construction methods, materials, and procedures. It specifies site-specific notes, contact numbers, and spill prevention protocols, all overseen by licensed engineer Patrick Owen Parker from Nevada. The construction process is meticulously structured, incorporating various stages such as earthwork, water line installation, and structural details for concrete, anchoring, and electrical components. The document includes numerous schematic drawings, materials specifications, and construction notes in accordance with the 2021 International Building Code. The overarching goal is to enhance water infrastructure while ensuring safety and compliance with environmental regulations. The project reflects federal and state standards for public works and is likely tied to broader state and local initiatives aimed at water management and environmental preservation, underscoring the government's commitment to infrastructure improvement in recreational areas.
    The Lake Mead Construction Document outlines plans for relocating the water intake barge within the Lake Mead National Recreation Area, targeting completion by March 24, 2025. The project specifies two main waterline routes: a proposed line extending from the existing waterline at Station 10+00 to Station 123+15 and includes various matchlines for alignment with additional sheets in the document. Essential components comprise raw water main notes, surface restoration directives, and geotechnical and electrical considerations applicable across different sections of the waterline layout. The document provides detailed grading point tables and civil details for construction, emphasizing the environmental integration of access roads and utility corridors. This project reflects federal and state efforts to improve water infrastructure while attending to regulatory compliance and environmental sustainability within the recreation area. Overall, it indicates a significant investment in maintaining essential water services for park operations and visitor enjoyment.
    The document consists of detailed geographic and hydrological data for various locations within the Lake Mead National Recreation Area, overseen by the National Park Service of the U.S. Department of the Interior. It includes lake elevation readings from multiple sites, such as Callville Bay and Hemenway Harbor, collected on specific dates in August 2016, accompanied by high and low elevation contours, which indicate significant changes in water levels. Ground control points with specified accuracy are mentioned alongside contour data and the imagery date from May 29, 2015. This information serves to aid in understanding the topography and water levels of the area, possibly in the context of environmental monitoring, recreational planning, or infrastructure development. The document is structured to present organized elevation figures and descriptions of locations, crucial for future reference in government RFPs or grants related to park service endeavors and resource management within the region.
    The document outlines a Request for Proposals (RFP) for the temporary relocation of a barge at Callville Bay within the Lake Mead National Recreation Area. The project requires extending existing electrical lines, replacing transformers and generators, and moving the water intake barge to deeper waters to ensure proper water levels for drinking supply. Crucial elements include the construction of a moored breakwater and the installation of a UV reactor to combat Quagga mussel infestation. Proposals must be submitted by May 23, 2025, and the government seeks best-value proposals without discussions. Evaluation factors prioritize technical approach, project experience, past performance, management approach, schedule, and safety. Additionally, contractors are required to procure specified liability insurance. Changes to the RFP will be issued only through formal amendments, with all questions directed to designated contacts to ensure compliance. This RFP reflects the government's commitment to maintaining essential infrastructure and environmental protection at a vital recreational site.
    The document provides a template for contractors and offerors to submit general references as part of federal government RFPs (Request for Proposals). It outlines the need for detailed information related to the contractor's surety, banking relationships, insurance companies, subcontractors, and material suppliers. Offerors are instructed to disclose any less-than-satisfactory relationships with their references while describing corrective actions taken. The document emphasizes transparency and accuracy, with implications that failure to disclose negative information could impact the assessment of the contractor's past performance. The structure consists of clearly labeled sections for various references, encouraging all contact details to be filled in legibly, including area codes for phone numbers. Overall, this form seeks to enhance accountability and provide a comprehensive view of the offeror's past business engagements in the context of federal grants and proposals.
    This document details Amendment 1 to the solicitation for the Lake 254108, Callville Bay Barge Relocation project. Its primary purpose is to inform interested contractors about crucial updates to the project's specifications and drawings through revised attachments. All contractors must acknowledge receipt of this amendment as it is vital for the acceptance of any offers, which need to be submitted prior to the specified deadline. The amendment outlines the procedures for acknowledging receipt, the implications of failure to do so, and the rules around modifying any previously submitted offers. The document underscores the importance of adherence to these processes to ensure contractual compliance and proper management of the proposal stage. By remaining aware of these guidelines, contractors can maintain their eligibility and align with federal regulatory standards.
    The document is an amendment to a solicitation concerning the Lake 254108, Callville Bay Barge Relocation project. Its primary purpose is to update the proposal due date, correcting an error from a previous amendment, with the new deadline set for May 23, 2025. It details the procedures for contractors to acknowledge receipt of the amendment through submission methods, either by acknowledging directly on offers, through separate letters, or electronic communications. This amendment ensures that all terms and conditions of the solicitation remain unchanged, with particular emphasis on the importance of submitting amendments prior to the specified deadline to avoid rejection. The contract is administered from the NPS, DSC Contracting Services Division in Denver, Colorado, and the document indicates that standard government procedures for amendments are being followed. The information presented aligns with the standard format for government Request for Proposals (RFPs) and amendments, emphasizing the regulatory process that government contracts adhere to.
    The document outlines Amendment 3 for solicitation number 140P2025R0016 regarding the Callville Bay Barge Relocation project. It details required acknowledgment procedures for receipt of the amendment, including methods for contractors to confirm receipt. The amendment serves to update the contract by providing essential documents: a sign-in sheet from a site visit on April 29, 2025, a PDF pamphlet mirroring the original solicitation, and updated specifications correcting a missing option in the price schedule. This amendment ensures that all participating contractors have access to the necessary information to proceed with their offers. The emphasis on acknowledging the amendment and clarity of requirements demonstrates the government's commitment to maintaining transparency and compliance during the solicitation process. Overall, the amendment facilitates the necessary adjustments to the procurement process for the barge relocation project, ensuring that all contractors are properly informed and able to submit accurate proposals.
    The document serves as Amendment 4 to solicitation number 140P2025R0016, specifically concerning the Callville Bay Barge Relocation project. The primary purpose of this amendment is to provide additional reference materials and extend the proposal submission deadline by three weeks, moving it to June 13, 2025, at 14:00 PM MT. It emphasizes that acknowledgment of this amendment is mandatory for contractors, and it must be submitted alongside their proposals or through separate communication before the new deadline. The amendment also reaffirms that all previous terms and conditions remain intact except for those specified in this modification. The communication outlines required actions for contractors regarding submissions and modifications to existing offers. This amendment is crucial for maintaining compliance and ensuring a transparent bidding process in federal contracting endeavors.
    The document serves as Amendment 5 to solicitation number 140P2025R0016 regarding the Callville Bay Barge Relocation project. Its primary purpose is to extend the proposal due date to June 23, 2025, at 14:00 PM MT, and to provide a list of Questions and Answers that have been addressed to date. It outlines the procedures for acknowledging the amendment by contractors, emphasizing that failure to do so may result in rejection of their offers. The document specifies that changes to previously submitted offers must also reference the amendment and be submitted before the deadline. Administrative controls, including the modification of contracts/orders, and essential accounting information are also highlighted. The tone is formal and adheres to government standards, ensuring compliance with established regulations in contract modifications. Overall, the amendment aims to ensure clarity in the solicitation process and maintain the integrity of the bidding system for the designated project.
    The document is an amendment to a solicitation for a federal contract related to the "Lake 254108, Callville Bay Barge Relocation" project. The primary purpose of Amendment 6 is to provide a finalized list of Questions and Answers (Q&A) along with three attachments that clarify contractor use areas and provide related drawings. Contractors must acknowledge receipt of the amendment through specified methods, ensuring their compliance with the updated terms before the deadline. Failure to do so may result in the rejection of their offers. Additionally, the amendment modifies the existing contract by including necessary administrative changes and highlights the importance of maintaining all other terms and conditions unchanged. Overall, this document is a crucial component of the solicitation process, facilitating clarity and compliance for contractors engaging with federal projects.
    The document pertains to an amendment of a solicitation for a government contract related to the relocation of the Callville Bay Barge, identified as LAKE 254108. Amendment 7 serves to provide a final list of Questions and Answers (Q&A) regarding the project, with the document titled "B09_Amd 7_LAKE 254108 Q&A FINAL 6.17.25." The originally specified proposal due date is unchanged. The amendment outlines the necessary steps for contractors to acknowledge the receipt of the amendment before the submission deadline, including acknowledgment through copies of the offer or a separate communication referencing the solicitation and amendment numbers. Furthermore, it specifies that failure to acknowledge may result in rejection of offers. The document stresses compliance with terms as stipulated in previous sections and highlights administrative changes while confirming that essential contract conditions remain operational. Overall, this amendment plays a crucial role in ensuring that all bidders are informed and compliant with the updated inquiry process, thereby facilitating transparency and fairness in the contracting process within the context of federal RFPs.
    The document is an amendment to a solicitation related to the Lake 254108 project, specifically for the Callville Bay Barge Relocation. It serves to extend the proposal submission deadline to June 30, 2025, by 2:00 PM Mountain Time. The amendment emphasizes the need for contractors to acknowledge receipt through various methods, with specific reference to the solicitation and amendment numbers to ensure compliance. The rationale for this extension is attributed to delays caused by ongoing hydrographic surveys, affecting the posting of information to SAM.gov. Interested parties are instructed to request files via email, indicating a proactive approach to facilitate communication amidst logistical challenges. Overall, this amendment illustrates the government's adaptive measures in grant and contract management to ensure the successful completion of federal projects.
    The document outlines a federal solicitation for the "Lake 254108, Callville Bay Barge Relocation" project, issued by the NPS, DSC Contracting Services Division. This solicitation is aimed at small businesses and falls under the North American Industrial Classification System (NAICS) code as specified in the solicitation’s clauses. The estimated construction cost ranges from $5 million to $10 million. Key elements include a requirement for performance and payment bonds, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified due date, including acknowledging any amendments to the solicitation. A pre-proposal site visit is also noted for potential bidders. The document establishes mandatory compliance with federal procurement laws, emphasizing that offers with incomplete submission will be rejected. Upon acceptance, the contractor and government will enter a binding agreement encompassing all solicitation terms. The structure of the document adheres to a standardized format, ensuring clarity in submitting bids and contract obligations, while promoting competition and transparency in government contracting. Overall, this solicitation reflects the government's commitment to engage small businesses in significant construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.