N--Replace Pumps at Lake Mead National Recreation Are
ID: 140P8125Q0016Type: Combined Synopsis/Solicitation
AwardedJul 28, 2025
$445K$445,000
AwardeeVETERANS CONSTRUCTION AND DESIGN INC. 755 ENCINO DR Morgan Hill CA 95037 USA
Award #:140P8125P0027
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

INSTALLATION OF EQUIPMENT- PUMPS AND COMPRESSORS (N043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for a firm fixed-price contract to replace pumps and motors at the Lake Mead National Recreation Area. This project involves the installation of twelve pumps across three developed areas—Katherine Landing, Callville Bay, and Echo Bay—requiring compliance with specific performance standards and environmental regulations. The contract is set aside for small businesses under NAICS code 221310, with a pre-bid site visit scheduled for June 25, 2025, and proposals due by July 14, 2025. Interested contractors should contact Bradley Metler at Bradley_Metler@nps.gov for further details, with the project expected to commence on July 21, 2025, and conclude by January 31, 2026.

    Point(s) of Contact
    Metler, Bradley
    Bradley_Metler@nps.gov
    Files
    Title
    Posted
    The Lake Mead Pumps Replacement project involves updating essential water treatment equipment at three locations within the Lake Mead National Recreation Area: Katherine Landing, Callville Bay, and Echo Bay. The contract includes replacing a total of twelve pumps—micro-filtration feed pumps, finished water pumps, and a CIP circulation pump—ensuring compatibility with existing systems and compliance with NSF 61 for drinking water. Key requirements mandate that new pumps must work with current variable frequency drives, programmable logic controllers, and complete a 24-hour test run before full installation to maintain operational integrity of the water treatment plant. The contractor is responsible for daily progress reports, installation of additional components, and proper disposal of old equipment. The performance period spans 180 days, beginning with an anticipated award date of June 2, 2025. The project aims to minimize public disruption and ensure compliance with park regulations, emphasizing the importance of managing natural surroundings during construction. Participation in a pre-bid site visit is required, and potential contractors must submit a comprehensive quote package that includes pricing and technical plans for successful project execution.
    The Lake Mead Pumps Replacement project aims to replace microfiltration feed pumps, finish water pumps, and associated motors across three developed areas: Katherine Landing, Callville Bay, and Echo Bay in Nevada. The contract covers the installation of twelve pumps in total. New equipment must match existing specifications for performance and compatibility with existing systems, including VFDs, PLCs, and SCADA systems, and comply with NSF 61 for drinking water usage. Project specifics include sequential installation and testing of pumps to maintain continuous operation of the water treatment plants. Partial payment is contingent on complete, successful installations. Contractors must minimize public disruption and adhere to park regulations while conducting operations. The project duration is set for 180 days following the anticipated contract award on June 2, 2025, with a completion deadline of December 2, 2025. The contractor is responsible for project oversight, submission of daily reports, and disposal of old equipment. Proposals should include a price schedule, technical narrative, qualifications of on-site superintendents, and documentation of prior relevant experience, indicating a thorough assessment method reflecting the importance of quality control and timely execution. The summary stresses the project's robust compliance with federal requirements and operational continuity amidst public engagement.
    The document is a Wage Determination under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing mandatory wage rates for workers on federal contracts in Nevada, specifically Clark County. It highlights requirements under Executive Orders 14026 and 13658, establishing minimum wage standards of $17.75 or $13.30 per hour, depending on contract dates and terms. The file lists specific occupations with corresponding pay rates, emphasizing fringe benefits, including health and welfare, vacation, and paid holidays. It outlines requirements for paid sick leave under Executive Order 13706 and includes provisions for hazardous pay and uniform allowances. Additionally, the document provides guidance on the conformance process for classifying unlisted occupations, ensuring fair compensation. Overall, this file serves as a critical resource for contractors to comply with wage determination regulations for federal contracts, ensuring equitable treatment of hired laborers and adherence to established labor standards.
    The document is the Wage Determination No. 2015-5467 issued by the U.S. Department of Labor for contracts executed under the Service Contract Act (SCA). It stipulates minimum wage rates and requirements for various job classifications in Arizona, specifically in Mohave County. The determination specifies wage rates influenced by two Executive Orders: EO 14026, which mandates a minimum wage of $17.75 per hour for contracts awarded after January 30, 2022, and EO 13658, which established a minimum of $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Fringe benefits, including health and welfare, vacation, and paid holidays, are outlined. It emphasizes that contractors must comply with minimum wage and benefits as specified when employing workers under federal contracts. The document also covers specific occupational codes and corresponding hourly rates for various positions, along with the protocol for classifying unlisted job roles and ensuring fair wage determination through the conformance process. Overall, this document serves as essential guidance for federal procurements to ensure compliant wage practices and protection for workers under government contracts, reflecting the U.S. government's commitment to fair labor standards in state and local RFPs.
    This document is a Job Hazard Assessment (JHA) for the activity of pump changeout at Lake Mead National Recreation Area, prepared on May 9, 2025. It outlines the necessary personal protective equipment (PPE), which includes safety glasses and gloves, and emphasizes the requirement for workers to be trained in Lockout/Tagout (LOTO) procedures to ensure safety during the task. The assessment breaks down the job into basic steps including disconnecting electrical power, closing hydraulic valves, and removing the pump from its location. Each step identifies potential hazards such as electrocution, hydraulic injuries, and tripping risks, and provides specific safe procedures to eliminate these risks. The document serves as a guide for conducting pump maintenance safely, ensuring compliance with safety regulations, and protecting workers from potential injuries during the pump changeout process. It underscores the importance of proper training, hazard identification, and adherence to safety protocols for effective job execution.
    This document outlines the structure and requirements related to federal government contracting, specifically focusing on limitations on subcontracting. It details the solicitation number (PIID), the type of service being contracted (non-construction services), and the performance period spanning five years (from October 1, 2023, to September 30, 2028). The report emphasizes the total contract ceiling and includes financial data regarding payments to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS) across multiple task orders. Key metrics include the total amounts paid to contractors, delineating between SSS and NSS, alongside a report on the compliance with federal limitations on subcontracting, which is critical to ensuring that a certain percentage of contract work is performed by the primary contractor. The report reveals that certain financial values are currently set to zero, indicating possibly unfulfilled contract obligations or incompleted reporting cycles. This summary reflects the complexities and requirements inherent in managing public sector contracts, aimed at promoting equitable participation of small businesses while adhering to established regulatory frameworks.
    The document is an amendment to federal solicitation 140P8125Q0016, specifically pertaining to modifications of contracts/orders for a project related to pump systems. Issued on July 8, 2025, it outlines critical updates including the posting of a sign-in sheet from a site visit held on June 25, 2025, and responses to questions posed by offerors regarding pump specifications and operational voltages at various locations. The closing date for submissions is extended to July 14, 2025, at 1700 Pacific Time, accommodating contractors seeking to modify their proposals. The project is scheduled to run from July 21, 2025, to January 31, 2026, indicating a planned work period for contractor engagement. The document includes a directive for acknowledging the amendment, emphasizing the importance of timely receipt to avoid rejection of offers. It also requests specific technical information regarding micro-filtration feed pumps used at Katherine Landing, Callville, and Echo Bay, highlighting the need for detailed compliance with electrical specifications and equipment documentation. The amendment serves to clarify procedural aspects of the solicitation, ensuring all potential bidders have access to necessary information before finalizing their proposals.
    The National Park Service (NPS) is soliciting proposals through the Request for Quotation (RFQ) #140P8125Q0016 for a firm fixed-price contract aimed at the replacement of pumps and motors at the Lake Mead National Recreation Area. This contract, which is set aside specifically for small businesses under the North American Industry Classification System (NAICS) code 221310, requires submissions of detailed specifications, product features, warranty information, qualifications of key personnel, and prior relevant experience from bidders. A pre-bid site visit is scheduled for June 25, 2025, with the final date for submissions due by July 13, 2025. The selected contractor will be responsible for completing tasks including the installation of pumps and compressors within a defined period of performance from July 21, 2025, to January 31, 2026. The evaluation process will focus on factors such as price, product features, key personnel qualifications, and prior experience, emphasizing a comparative review of submitted quotes to ensure selection based on the best overall value. Moreover, strict adherence to federal acquisition regulations (FAR) and environmental guidelines is expected throughout the project, further underscoring the importance of compliance in executing governmental contracts.
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@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.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    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.
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Y--NGWSP INTAKE & RIVER PUMPING PLANT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    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.