J--BGNDRF Backflow Preventer Replacement
ID: 140R4025Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VALVES (J048)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for the replacement of backflow preventers at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project involves the removal and installation of various backflow preventers and associated infrastructure, ensuring compliance with local regulations and safety standards. This procurement is critical for maintaining the facility's operational integrity and public safety, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Contract Specialist Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the replacement of backflow preventers at the Brackish Groundwater National Desalination Research Facility located in Alamogordo, NM. The project encompasses coordinating with local authorities for utility interruptions, replacing existing backflow preventers, and ensuring compliance with city and state regulations. Key components include meticulous planning, a temporary utility setup, and maintaining the site's integrity throughout construction. The contractor is mandated to prepare comprehensive safety and health plans, coordinate construction schedules, and ensure documentation for all alterations, including potential site impacts and waste management. The project is segmented into various specified codes, including general requirements, plumbing specifications, and required submittals. Emphasis is placed on accurate documentation, safety compliance, and environmental protection. The contractor is responsible for performing all tasks in a timely manner, restoring the site post-construction, and certifying compliance for city inspections. This structured and detailed proposal aligns with federal and state regulations, ensuring a comprehensive approach to infrastructure improvements and facility safety.
    The Brackish Groundwater National Desalination Research Facility is undertaking a project to replace backflow preventers and install shutoff valves at its site in Alamogordo, New Mexico. The work includes coordinated utility interruptions with local authorities, ensuring compliance with city and state regulations, and minimizing disruption to facility operations. The project encompasses the removal and replacement of existing insulation, verification of backflow preventer operation, and documentation for future inspections. Key specifications detail project management protocols, construction scheduling, and submittal requirements to ensure safety and adherence to regulatory standards. The contractor must conduct site coordination meetings, develop a comprehensive safety program, and maintain accurate records of all activities and hazards encountered. Temporary utilities such as electricity and water will be managed per contract requirements, including the rectification of any disruptions to existing installations. The document serves as a guideline for contractors outlining crucial project components, expectations for safety protocols, and detailed procedures for utility management, reflecting the government's commitment to maintaining infrastructure while ensuring compliance with environmental and operational standards.
    The BGNDRF Backflow Preventer Replacement document outlines the pricing structure for a government contract related to the replacement and installation of backflow preventer (BFP) systems. It specifies that offers will be evaluated based on the lowest responsive bid from responsibleOfferors, with no partial bids accepted. The price schedule includes multiple line items: mobilization and preparatory work, removal and disposal of existing system components, installation of new valves and insulation systems, applicable New Mexico gross receipts tax, and freight charges. It emphasizes that the total bid amount must encompass all fees and taxes. The government retains the right to request additional information to verify each line item. Overall, the document serves as a formal solicitation for bids while establishing clear terms and expectations for potential contractors, ensuring compliance with government procurement protocols.
    The document outlines wage determinations under the Davis-Bacon Act for heavy construction projects in Otero County, New Mexico, effective March 22, 2024. It details minimum wage requirements based on two Executive Orders: EO 14026, applicable to contracts entered on or after January 30, 2022, which mandates at least $17.20 per hour for covered workers, and EO 13658, relevant for contracts between January 1, 2015, and January 29, 2022, stipulating a minimum wage of $12.90. The document further provides details on specific trade classifications and their corresponding wage rates, including electricians, ironworkers, and laborers, noting that rates may adjust for additional classifications as needed. It introduces the Appeals Process for wage determinations, encouraging affected parties to request reviews and seek reconsideration through formal channels. Overall, this wage determination serves as a critical guideline to ensure compliance with federal labor standards in government construction contracts, emphasizing the importance of fair worker compensation under federal contracts and providing a structured process for addressing disputes regarding wage classifications.
    The document discusses the infrastructure related to non-potable water systems within a specific locality. It details the existing conditions of a city’s 8-inch water main and a 10-inch fire main, which were previously housed in a vault prior to 2017. Additionally, it mentions a 6-inch non-potable water supply piping and backflow preventer also situated in a vault before the same time. This information is relevant in the context of government requests for proposals (RFPs) and grants, as proper documentation and understanding of existing water infrastructure are essential for compliance with public health standards and for future infrastructure projects. The data provided indicates a need for further evaluations and possible reinvigoration of water supply systems to ensure they meet current safety requirements.
    The document outlines a federal Request for Proposals (RFP) aimed at soliciting bids for a community development project. The primary goal is to enhance economic opportunities in underserved areas through targeted federal grants. Key components include infrastructure improvements, job training programs, and support for local businesses. The RFP specifies eligibility criteria for applicants, detailing project scope, expected outcomes, and budgetary constraints. Organizations are urged to collaborate with local governments and community groups to maximize impact. Additionally, the document emphasizes the importance of sustainable practices and long-term community engagement. Timelines for proposal submission and evaluation are clearly indicated, with a focus on transparency and compliance with federal regulations. The initiative aligns with broader governmental objectives to foster equitable growth and support marginalized populations, outlining a strategic framework for successful project implementation.
    The government document pertains to RFP 140R4025Q0008 focused on the replacement of backflow preventers (BFPs) as detailed in the SOW (Statement of Work). It addresses various questions from potential bidders related to installation specifications, materials, and compliance with local standards set by the City of Alamogordo. Key details include the requirement for valves to be accessible for maintenance, a preference for specific valve types (e.g., quarter turn valves rather than PVC), and the installation of a new 4” construction water line, which is not currently in place. The responses emphasize that bidders have flexibility to propose their technical solutions while adhering to compliance regulations. Ultimately, the document aims to clarify technical specifications for prospective contractors to ensure optimal bidding responses that meet operational and regulatory standards, demonstrating a commitment to public safety and infrastructure reliability.
    The document addresses questions related to the BGNDRF Backflow Preventer Replacement project (RFP 140R4025Q0008) and includes responses to inquiries made by potential contractors. Key points cover the installation of heat trace at backflow preventers, confirming that existing insulation jackets and heat trace must be reinstated, but proposals do not need to include new wiring or power provisions. Another significant question concerns compliance with the City of Alamogordo’s Technical Standards, specifically regarding the Buy American certification of the currently specified Watts backflow preventer. The government confirms that compliance with local standards is necessary and states that the Alamogordo Technical Standards permit an exchange for devices meeting AWWA C511-92 specifications, ensuring technically acceptable alternatives exist if needed. This document serves to clarify requirements and standards for potential contractors participating in the federal procurement process, emphasizing adherence to both local technical specifications and federal regulations regarding product sourcing. Overall, the responses aim to facilitate a clear understanding of project expectations and compliance requirements.
    The U.S. Bureau of Reclamation (BOR) has issued a Pre-Solicitation Notice for the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico, concerning the replacement of four backflow preventers due to operational failures. This notice serves as an informational platform rather than a formal Request for Quotation (RFQ); thus, no binding commitments are implied at this stage. Interested contractors are invited to submit their company information, capability statements, and relevant identifiers voluntarily, with a formal solicitation expected to be released in November 2024. The anticipated contract is a firm-fixed price construction agreement, classified under NAICS code 237110, with a small business size standard of $45 million. The project is estimated to cost between $100,000 and $250,000, requiring a Payment Bond at 100% of the contract value, with an expected completion time frame of 90 days post-Notice to Proceed. Evaluation criteria will emphasize technical capability, past performance, and pricing. All updates will be posted on the SAM.gov website, and interested parties must be registered there for eligibility. The notice clarifies that the government will not incur any costs from responses, which remain non-binding.
    The Brackish Groundwater National Desalination Research Facility (BGNDRF) is undergoing a project to replace backflow preventers and install shutoff valves. The work is located at 500 LaVelle Road, Alamogordo, NM, and includes coordination with local government for water shutoff and compliance with city and state codes. Key components involve the removal of existing backflow preventers, installation of new ones, and replacing insulation. The project stipulates adherence to various safety, environmental, and general operational standards, including a detailed construction program governed by the Critical Path Method (CPM). Coordination meetings with the Contracting Officer Representative (COR) are essential for scheduling utility interruptions and outlining the project scope. The project also emphasizes the importance of site restoration post-construction and the management of materials in line with safety regulations and waste management protocols. Overall, the objective is to enhance the facility's plumbing systems while ensuring minimal disruption to ongoing operations and maintaining compliance with legal and safety standards.
    The document is an amendment (No. 0001) to solicitation 140R4025Q0008 issued by the Bureau of Reclamation, detailing updates and instructions for contractors. Key modifications include an extension of the proposal submission deadline to December 27, 2024, and an updated performance period ending June 30, 2025. Offerors must acknowledge receipt of the amendment and may modify prior submissions accordingly. Key documents needed with proposals include a cover sheet with business details, a detailed technical proposal addressing the Statement of Work, examples of past performance, a completed pricing proposal, and a signed SF-1442. All inquiries must be directed to Contract Specialist Ronda Lucero by December 20, 2024. This amendment emphasizes the government’s methodical process for gathering bids while ensuring clarity and compliance with solicitation requirements.
    The document pertains to Amendment 0002 of Solicitation No. 140R4025Q0008 for the BGNDRF Backflow Preventer Replacement project, issued by the Bureau of Reclamation. The amendment includes key modifications such as a site visit synopsis with attendee discussions, answers to vendors' queries, and the inclusion of original valve drawings. Significant time extensions have been provided, pushing the proposal submission deadline to January 27, 2025, and extending the question clarification period to January 10, 2025. The document also confirms details regarding the types and sizes of backflow preventers to be replaced at the facility, confirming there are four valves: a 2” irrigation, an 8” potable, a 10” fire water main, and a 6” non-potable water BFP. This amendment aims to facilitate contractor engagement by responding to industry concerns, ensuring accurate information and adherence to timelines while supporting collaborative efforts necessary for project execution.
    This document represents Amendment 0003 for solicitation 140R4025Q0008, issued by the Bureau of Reclamation for a project in the Upper Colorado Region. The amendment alters the deadline for quotes from December 27, 2024, to January 27, 2024, at 4:00 p.m. MST, and clarifies submission procedures to be conducted via email to Contract Specialist Ronda Lucero. It specifies that questions or requests for clarification must be submitted by January 10, 2025, also by 4:00 p.m. MST. The project’s period of performance is established from February 17, 2025, to June 30, 2025. Contractors are required to acknowledge the receipt of this amendment in their submissions, emphasizing the importance of adherence to revised timelines to avoid the rejection of offers. The document is structured with formal sections detailing the amendment's purpose, submission instructions, and administrative details related to the government's contracting processes. This amendment reflects the ongoing commitment to ensure clarity and compliance in federal contracting actions, aligning with standard practices in government requests for proposals (RFPs).
    This document is an amendment (0004) to a federal solicitation (140R4025Q0008) related to a contract administered by the Bureau of Reclamation's Albuquerque Area Office. The primary purpose of this amendment is to provide answers to questions raised by potential offerors and to officially extend the due date for submissions of quotes from January 27, 2024, to January 27, 2025, at 4:00 p.m. Mountain Standard Time. Prospective bidders must submit their offers via email to the specified Contract Specialist, Ronda Lucero. The period of performance for the contract is set from February 17, 2025, to June 30, 2025. The amendment outlines the necessary acknowledgment procedures for receipt of the amendment, emphasizing that failure to follow these instructions may result in rejection of offers. This document illustrates standard procedures for amending solicitations in the context of government procurement, ensuring compliance and clarity for all involved parties.
    This document is an amendment to solicitation number 140R4025Q0008 issued by the Bureau of Reclamation, specifically amending the due date for submitting quotes. The deadline has been extended from January 27, 2025, to January 30, 2025, at 4:00 p.m. MST. Quotes must be submitted via email to the Contract Specialist, Ronda Lucero. The period of performance for the contract is specified as from February 17, 2025, to June 30, 2025. It also outlines the procedures for acknowledging receipt of the amendment and making changes to previously submitted offers. The amendment modifies the original solicitation while maintaining all other terms and conditions in full force. This document serves to ensure clarity in the submission process and requirements for potential contractors, ensuring all parties are on the same page regarding deadlines and procedures in the context of government procurement.
    This document is an amendment (0006) to solicitation number 140R4025Q0008, issued by the Bureau of Reclamation, Upper Colorado Region. The primary purpose of this amendment is to extend the deadline for proposal submissions from January 30, 2025, to February 21, 2025, at 4:00 p.m. (MST). Proposals must be sent via email to the Contract Specialist, Ronda Lucero. Additionally, the amendment includes a set of Questions and Answers (referenced as Attachment 8) and an updated Statement of Work (SOW) detailed in Attachment 1. The modification also addresses the necessity for contractors to acknowledge receipt of this amendment, which can be accomplished via various means prior to the specified proposal submission time. The effective period for the resulting contract is stated to be from March 24, 2025, to July 3, 2025. Maintaining compliance with these amendments is crucial for potential contractors seeking to participate in this solicitation process. Overall, the amendment ensures clarity and guidance to facilitate qualified bids for the project undertaken by the Bureau of Reclamation.
    The document pertains to the Request for Proposal (RFP) for the Backflow Preventer Replacement project at the Brackish Groundwater National Desalination Research Facility, issued by the Bureau of Reclamation. The solicitation number is 140R4025Q0008. The project, estimated between $100,000 and $250,000, is set aside for small businesses under NAICS code 237110, focusing on water and sewer line construction. The contractor is expected to begin performance by December 27, 2024, with completion due by May 18, 2025. Key components of the contract include specific attachments detailing the Statement of Work, pricing schedule, and wage determination. It outlines requirements such as performance and payment bonds. The document establishes terms regarding bid submission, evaluation criteria, and the conduct of work, including adherence to health and safety standards. Moreover, the contracting officer holds the authority to direct the project's technical administration. The goal reflects the government's commitment to enhancing infrastructure while ensuring compliance with federal regulations and promoting local businesses' participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NGWSP REACH 1 PIPELINE REPAIRS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the "NGWSP REACH 1 PIPELINE REPAIRS" project, which involves repairing a 4.8-mile section of a 42-inch ductile iron pipeline in New Mexico as part of the Navajo-Gallup Water Supply Project. The project requires contractors to perform various tasks, including joint repairs, valve replacements, and the installation of necessary structures, all while adhering to strict safety and environmental protocols. This initiative is crucial for enhancing water distribution infrastructure in the region, ensuring compliance with federal regulations, and supporting local communities. Interested small businesses must submit their sealed offers by the specified deadline, and for further inquiries, they can contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790.
    FCI BIG SPRING - REPLACE BACKFLOW PREVENTER SERVICES BLG. 283
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors to provide backflow preventer replacement services at the Federal Correctional Institution in Big Spring, Texas. The project involves the removal of an existing six-inch double check valve backflow prevention device and the installation of a new unit, including necessary testing and certification to comply with relevant codes and regulations. This procurement is critical for maintaining the facility's plumbing integrity and ensuring compliance with safety and environmental standards. Interested contractors must submit their quotes by March 7, 2025, and can contact Cornelius Daniel at c2daniel@bop.gov or Renea Stallings at rstallings@bop.gov for further information.
    Y--Navajo Gallup Water Supply Project (NGWSP)
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for the Navajo Gallup Water Supply Project (NGWSP), which aims to deliver a reliable water supply from the San Juan River to various communities, including those within the Navajo and Jicarilla Apache Nations, as well as Gallup, New Mexico. The procurement will focus on construction services classified under NAICS Code 237110, which encompasses water and sewer line and related structures construction, and is critical for enhancing water infrastructure in the region. This initiative is part of a broader strategy to ensure effective procurement processes for the NGWSP's remaining construction needs, including various pumping plants and pipeline extensions. Interested entities are invited to participate in an Industry Day on April 2, 2025, at the San Juan College School of Energy in Farmington, NM, where they can gain insights and engage in market research; for further inquiries, contact Amy Loveless at aloveless@usbr.gov or 801-524-3790.
    LTUY242011 Repair West Base Backflow Preventer
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for the repair and replacement of a backflow preventer assembly at the Jefferson Barracks Air National Guard Station in Missouri, under project number LTUY242011. The contractor will be responsible for providing all necessary labor, materials, and supervision to ensure compliance with local plumbing codes and St. Louis County's annual testing requirements. This project is critical for maintaining water safety infrastructure, emphasizing the importance of regulatory compliance, safety, and quality workmanship. Interested contractors must submit their proposals by February 20, 2025, at 1:00 PM, and can direct inquiries to MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.
    DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Design Bid Build project focused on water infrastructure improvements at the Permanent Exercise Complex (PEC) and Range Support Complex (RSC) located at Melrose Air Force Range in Curry County, New Mexico. The procurement aims to enhance water supply facilities, which are critical for supporting military training and operations in the area. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 237110 pertaining to Water and Sewer Line and Related Structures Construction. Interested parties can reach out to Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    Replacement of Penstock #5 Hydraulic System
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified contractors for the replacement of the hydraulic system for Penstock 5. This procurement aims to enhance the operational efficiency and reliability of the hydraulic system, which is critical for the management of water resources along the US-Mexico border. The project falls under the NAICS code 237990, categorized as Other Heavy and Civil Engineering Construction, and is vital for maintaining infrastructure integrity in the region. Interested parties can reach out to Adrian Knights at adrian.knights@ibwc.gov or call 915-832-4794 for further details regarding the procurement process.
    MRG SFD BOOM MOWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a telescoping boom mowing machine intended for the Middle Rio Grande Socorro Field Division. The machine must meet specific engineering specifications, including a minimum of 140 horsepower, compliance with EPA Tier 4 Final standards, and the capability to cut up to 30 feet with various attachments. This procurement is crucial for enhancing operational efficiency in maintaining low flow channels and access roads, ensuring safety and reliability in governmental operations. Proposals are due by March 3, 2025, and interested parties should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650. The contract will be awarded based on best value, considering both price and technical capability, with delivery expected within 365 days of contract award.
    PM on Reverse Osmosis Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Bemidji Area, is seeking proposals for preventive maintenance and repair services for Reverse Osmosis (RO) equipment at the Red Lake Hospital in Minnesota. The procurement aims to ensure the operational efficiency and compliance of the RO equipment, which is vital for the Sterile Processing Department, through a five-year firm-fixed price contract set aside for small businesses. This initiative underscores the importance of maintaining health standards and operational integrity within the facility. Interested contractors must submit their proposals by February 28, 2025, to Christopher Millard at Christopher.Millard@ihs.gov, and are encouraged to review the detailed requirements outlined in the associated documents.