Y--Archimedes pump construction for Topock
ID: 140R3024R0028Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
    Description

    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the enhancement and maintenance project for the Fire Break Canal Pump Station within the Havasu National Wildlife Refuge, governed by the Bureau of Reclamation. Key activities include the removal of existing infrastructure such as riprap, fencing, and various pipe systems. New specifications are in place for earthworks, including grading plans and the installation of reinforced concrete pressure pipes, essential for pumping operations. The plans stipulate safety measures, contractors' use boundaries, and restoration of existing grades post-installation. Additional focus is placed on the design and construction of access roads, detention basins, and other civil structures that comply with local environmental standards. The overall goal is to optimize water management along the Colorado River Front Work and Levee System, emphasizing the importance of infrastructure reliability and safety. The document serves as part of federal planning to bolster water conveyance systems, ensuring alignment with environmental protocols.
    The document pertains to a site visit for the Bureau of Reclamation's solicitation numbered 140R3024R0028, regarding the Pumping Station at Topock Marsh, scheduled for August 22, 2024. It features a sign-in sheet detailing the representatives from various firms in attendance, including contract specialists and engineers from the Bureau. The document includes contact information for these officials, indicating a collaborative approach between the Bureau and potential suppliers. Various construction firms, such as Guardian Construction and Kiewit Infrastructure West Co., are listed as participants in the solicitation process. This site visit aims to provide interested firms with essential project details, fostering competition for federal contracts while ensuring compliance with relevant standards. The overall purpose of the document aligns with government procedures for managing Requests for Proposals (RFPs), indicating a structured approach to procurement and project management in government infrastructure initiatives.
    The U.S. Department of the Interior has issued an RFP for the construction of a Fire Break Canal Pump Station at Topock Marsh, Havasu National Wildlife Refuge, Arizona. The project involves creating a 60 cfs pumping station, including the installation of two Archimedes Screw Pumps along with essential components such as a concrete substructure, an electrical system, and modifications for solar power integration. A pre-bid site visit is scheduled for prospective bidders to gain site insights and requirements for safety protocols will apply. The solicitation outlines a comprehensive price schedule detailing quantities and unit prices for various components, including mobilization, concrete work, metal fabrications, electrical installations, and dewatering systems. Additionally, the document specifies work conditions, including allowable hours and site use protocols to mitigate ecological impact during construction. The contract also emphasizes strict adherence to safety regulations and necessitates weekly coordination meetings between contractors and government representatives to ensure compliance and address concerns. This initiative underscores the government's commitment to environmental stewardship and infrastructure improvement within protected areas, supporting ecological preservation alongside infrastructural development.
    The document outlines the design and construction plans for the Topock Marsh Fire Break Canal Pump Station, part of the Colorado River Front Work and Levee System managed by the Bureau of Reclamation within the U.S. Department of the Interior. It includes detailed engineering drawings, specifications, and structural details necessary for executing the project safely and efficiently. The project involves various components, such as reinforced concrete pressure pipes, sheet piles, and electrical installations for pump controls. Information on earthwork, site grading, and access roads is also provided, emphasizing safety throughout the construction process. It includes specifications for materials, reinforcement designs, and construction methodologies tailored to meet engineering standards and environmental regulations. This document is significant within government RFPs, as it establishes the technical requirements and regulatory compliance necessary for contractors bidding on the project, ensuring they are aware of the detailed guidelines and expectations for safety and structural integrity. Overall, this comprehensive plan showcases the federal commitment to infrastructure improvement and water management in the region.
    The document provides a comprehensive geological log for the Topock Marsh Pumping Plant project, detailing drilling activities at multiple borehole locations. It outlines the drilling methods employed, geological compositions encountered at various depths, and the physical properties of the soil samples collected. The analysis indicates predominantly poorly graded sand along with silty sand and varying gravel content across different depths, with specific percentages of sand, gravel, and fines documented. The logs also note the use of hollow-stem auger drilling techniques and emphasize the project's relevance to understanding subsurface conditions for the Topock Marsh Pumping Station. The purpose of these boreholes is to gather essential geological and geotechnical data to support the project, which is crucial due to its proximity to the Colorado River and possible environmental considerations. Overall, this geological assessment informs infrastructure planning and risk management in response to geological conditions.
    The document outlines the General Decision Number AZ20240014 for heavy construction projects in Mohave County, Arizona, under the Davis-Bacon Act. It specifies minimum wage rates mandated by Executive Orders 14026 and 13658 for federal contracts based on the contract’s award or renewal date. The wage determination details various labor classifications, including rates for boilermakers, electricians, ironworkers, and general laborers, with specific stipulations for those engaged after January 30, 2022, and those prior. Furthermore, the document discusses additional worker protections such as paid sick leave under Executive Order 13706, applicable to contracts awarded after January 1, 2017. It also describes the identification of wage rates, noting distinctions between union rates, survey rates, and state-adopted rates, alongside an appeals process for any disputes regarding wage determinations. This document serves to ensure compliance with labor standards in federally funded construction projects and protect worker rights.
    The document is a "Release of Claims" form from the U.S. Department of the Interior associated with a federal contract. It outlines the conditions under which the contractor, upon completion of the contracted work, releases the United States from any claims related to the contract prior to receiving final payment. The contractor must provide a signed release acknowledging the payment due and discharging the U.S. from liabilities or claims, except those explicitly stated in the document. The form specifies that it must be completed with details such as the contractor's name, address, and signature, along with certification if the contractor is a corporation. This release serves as a critical procedural document in government contract management, ensuring that all parties are clear on the completion of obligations and the absence of further claims against the U.S. for the completed work.
    The document is a Past Performance Questionnaire designed to assess contractors’ performance on government projects, particularly in the context of federal procurement processes. It requires detailed contractor information including company name, contract specifics, project description, and client information. The questionnaire evaluates performance based on multiple criteria such as quality of work, schedule adherence, customer satisfaction, management effectiveness, financial management, and safety compliance. Each area features descriptive ratings from Exceptional (E) to Unsatisfactory (U), guiding clients in providing feedback. Clients are encouraged to complete and return this form to the contractor for submission to the government as part of proposals. This systematic approach ensures a comprehensive evaluation while maintaining transparency and accountability in government contracting practices. The document serves as both an assessment tool and a formal record, reinforcing the importance of contractor performance in federal projects.
    The document is a Subcontracting Plan solicitation issued by the Department of the Interior's Bureau of Reclamation, requiring contractors to outline their subcontracting strategies in accordance with the Federal Acquisition Regulation (FAR) related to small business concerns. The plan must include a detailed overview of all projected subcontracting activities, specify goals for categories like Small Businesses (SB), Veteran-Owned, and Woman-Owned businesses, and provide a breakdown of methods for goal development and resource identification. Furthermore, it mandates compliance tracking through records maintenance and cooperation in studies and reporting to assess adherence to subcontracting expectations. The document emphasizes equitable opportunities for diverse business concerns to participate in subcontracting, encouraging outreach and internal support efforts. The contractor must affirm their commitment to timely payments to small business subcontractors and maintain clear communication with the government. This structured approach aims to foster inclusivity within federal contracts by ensuring that small and underrepresented businesses are actively engaged in the procurement process, reinforcing the government’s commitment to equitable contracting practices.
    The document outlines the process for accessing specifications, standards, and commercial item descriptions related to federal solicitations issued by agencies like the General Services Administration (GSA), Department of Agriculture, and Department of Veterans Affairs. It states that these materials can be obtained through the ASSIST website, specifically referenced in the provision as a vital resource for contractors and vendors participating in government bids. The mention of FPMR Part 101-29 and the provision's focus on the GSA Index indicates the importance of standardization within federal procurement practices. By guiding users to the relevant digital resources, the provision ensures that potential bidders can meet the required specifications and compliance standards when responding to federal requests for proposals (RFPs).
    The document is a Questions & Answers section relating to Solicitation No. 140R3024R00, addressing key concerns for a construction project. It clarifies that power is currently unavailable at the site, with an uncertain timeline for installation. Environmental considerations include the presence of the northern Mexican garter snake, necessitating precautions for workers. Normal working hours are sunrise to sunset, but exceptions can be made with advance notice. The document stipulates that the roles of Superintendent, SSHO, and QC Manager can overlap, provided qualifications are met per specification guidelines. Extensions for the project timeline are permissible based on validated material and equipment lead times. Additionally, soil boring reports from both 2022 and 2010 are attached for reference. This Q&A section serves to guide contractors in understanding project requirements and environmental responsibilities within the context of federal contracting procedures.
    The geotechnical investigation for the Topock Marsh Infrastructure Improvement Project, conducted in March 2010, aimed to gather data to inform the design of the project located in Mohave County, Arizona. The investigation involved drilling four test holes to analyze subsurface conditions and groundwater levels. The findings indicated that the site consists primarily of sand with a discontinuous clay layer, and no bedrock was found. Groundwater depths ranged from 9 to 20 feet below ground surface at the time of drilling. The document summarizes field investigation methods, laboratory testing plans, and prepares for possible future analyses. Key recommendations include monitoring groundwater levels, ensuring excavations comply with safety standards, and acknowledging potential variations in subsurface conditions. The conclusions confirm the site’s suitability for construction and stress the importance of ongoing evaluation during project implementation. The purpose of this document aligns with federal objectives to improve infrastructure while securing environmental compliance, marking it as a significant phase in the larger project aimed at enhancing the Havasu National Wildlife Refuge’s capabilities.
    This document is an amendment (Amendment 0001) to solicitation number 140R3024R0028 regarding a project titled "Pumping Station at Topock Marsh." The amendment serves multiple purposes: it provides a sign-in sheet from a site visit, addresses questions submitted by prospective bidders, and incorporates additional clauses and provisions. Offers must be acknowledged by specific methods, and failure to do so may lead to rejection. The deadline for submitting offers remains September 11, 2024, with a specific timeframe outlined. Significant updates include the inclusion of clauses related to hazardous material identification and the availability of federal specifications. The document specifies that no new questions will be accepted post-announcement, with an emphasis on communication directed to a designated official. The amendment corrects the evaluation factors for bids and provides additional clarifications to ensure a fair review process. Overall, this amendment highlights the thorough approach taken by the Bureau of Reclamation in managing the solicitation process, ensuring clarity for bidders while maintaining compliance with federal regulations and procedures.
    This document serves as Amendment 0002 to the solicitation for the Pumping Station at Topock Marsh project issued by the Bureau of Reclamation's Lower Colorado Region. The purpose of this amendment is to provide a copy of the sign-in sheet from a site visit, ensuring all parties have the necessary information for participation. It outlines that offers must acknowledge receipt of this amendment by a specified method before the deadline, or they risk rejection. Additionally, it states that if an offeror wishes to change an already submitted offer due to this amendment, the modification should be communicated appropriately and is also subject to the same deadline conditions. The document emphasizes the importance of compliance with administrative processes in federal contracting. The interaction between the contractor and the contracting officer is clearly defined, reinforcing regulatory adherence and procedural integrity within federal procurement practices.
    This document is an amendment to the solicitation number 140R3024R0028 regarding the Pumping Station at Topock Marsh. The primary purpose of this amendment, designated as Amendment 0003, is to provide an updated Contract Price Schedule, revised specifications, and updated drawings. Applicants must acknowledge receipt of this amendment to ensure their offers are considered; failure to do so may result in rejection of their submissions. The due date for receiving offers remains September 11, 2024, by 12:00 p.m. Pacific Time. Significant updates included are detailed revisions to several specifications, such as “Compacting Earth Materials” and “Pipe Trench Earthwork,” along with numerous revised drawings that specify construction requirements for the pumping station project. The document highlights the procedural aspects of modifying submitted offers and emphasizes the necessity for clear communication regarding the acknowledgement of amendments. This amendment is a critical step in ensuring that all contractors are aligned with the latest project requirements, reflecting the government's commitment to maintaining project integrity and compliance during the solicitation process.
    This document is an amendment to solicitation number 140R3024R0028 regarding the Pumping Station at Topock Marsh. The main purpose of this amendment, labeled Amendment 0004, is to extend the due date for proposal submissions to October 11, 2024, at 12:00 p.m. Pacific Time. Contractors are required to acknowledge receipt of this amendment to ensure their bid remains valid and is not rejected due to non-compliance with submission deadlines. The acknowledgment can be made through various methods as specified, and there are instructions for modifying or withdrawing previously submitted offers. Overall, this amendment serves to clarify the timeline for proposal submissions while maintaining all other terms and conditions of the original solicitation intact. It emphasizes adherence to procedural requirements within the federal procurement process, ensuring transparent communication and compliance among contractors.
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the construction of a 60-cubic-feet-per-second (cfs) pumping station at Topock Marsh Fire Break Canal within the Havasu National Wildlife Refuge in Mohave County, Arizona. Key components of the project include the installation of an Archimedes Screw Pump, a concrete structure for the pumping plant, pile driving, slide gates, and an electrical system, alongside modifications to the Fire Break Canal Outlet involving solar power and motor-controlled actuators. The estimated project cost ranges from $10 million to $15 million, with the contractor required to start the work within 14 calendar days after receiving a notice to proceed and to complete it within 365 calendar days. Offers must be submitted in sealed envelopes that include specific identifying information, and a performance bond is required. This RFP reflects the government’s commitment to infrastructure enhancement and environmental management, aligning with regulations for project transparency and contractor responsibility.
    The document outlines the requirements and price schedule for the Pumping Station project at Topock Marsh, specified under Solicitation No. 140R3024R0003, Amendment 0003. It mandates that contractors must provide items according to contract terms and includes critical stipulations such as the necessity to use the complete Price Schedule for consideration. The document emphasizes the importance of submitting performance and payment bonds for construction services over $150,000 and mandates completion of the price schedule to avoid offers being deemed technically unacceptable. The price schedule details items with corresponding contract line-item numbers (CLIN), quantities, units, unit prices, and extended amounts for various services such as mobilization work, concrete pour, dewatering systems, and installation of mechanical equipment. All bids are aggregated into a total for evaluation. This structured request for proposals (RFP) illustrates the government’s intention to procure comprehensive construction services, reinforcing competitive bidding and transparency in federal contracting. The focus on adherence to specified guidelines ensures compliance with federal procurement standards and guards against incomplete submissions.
    The U.S. Department of the Interior's Bureau of Reclamation is issuing a Request for Proposal (RFP) for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. Key components include the installation of an Archimedes Screw Pump, various concrete and electrical structures, a dewatering system, and solar power modifications. The estimated project cost ranges from $10 million to $15 million, and the contract will be awarded under Federal Acquisition Regulations (FAR) Part 15. Offerors must adhere to strict compliance requirements, including submission deadlines for proposals and written questions. An organized site visit is scheduled for August 22, 2024, which vendors must attend after informing the contact person. Proposals must detail qualified factors for evaluation as awards will likely be made without further discussions. Additionally, bidders must submit performance and payment bonds, with mandates for equitable treatment of veterans and workers with disabilities under federal law. The project aims to enhance local water management capabilities, underscoring the Government's investment in regional infrastructure improvements.
    The document outlines specifications for the construction of the Fire Break Canal Pump Station within the Colorado River Front Work and Levee System, focusing primarily on the compaction of earth materials and driven pile foundations. It details the measurement and payment processes, including costs related to compaction, necessary equipment, and qualifications for contractors. Key terms such as control fraction, C-value, and percent compaction are defined, aligning with ASTM standards. The document emphasizes rigorous testing and material classification requirements, ensuring adherence to quality standards, particularly during challenging environmental conditions. The section on driven piles specifies measurement methods, materials, and qualifications for personnel involved in pile installation. Various standards must be met for materials such as steel H-piles and pile caps, including performance testing and compliance with American Welding Society codes. All operational processes require meticulous documentation, including pile driving records and dynamic testing results to confirm compliance with design specifications. Overall, the document serves as a comprehensive guideline for construction professionals, ensuring the structural integrity of the infrastructure project while addressing environmental and operational safety measures.
    The document outlines the geotechnical investigation conducted for the Topock Marsh Pumping Station at the Havasu National Wildlife Refuge, prepared by the U.S. Department of the Interior's Yuma Area Office. The investigation is vital for enhancing water flow to the marsh, which supports multiple species during crucial breeding seasons. Following previous hydrological analyses, the study involved field work to gather geological and design data through boreholes and test pits. The focus included groundwater conditions, site geology, and soil properties to inform future infrastructure development. Key findings indicate shallow groundwater near the Colorado River with fluctuating levels, and the site predominantly consists of dredged sand from earlier channelization projects. Laboratory tests confirmed soil classifications and corrosivity of various samples, noted for their high sand content. The document signifies the Federal Government’s commitment to conserving and managing natural resources by supporting a habitat conservation plan aimed at sustaining ecological balance and wildlife habitats. The rigor of data collection reflects the importance of engineering in environmental stewardship efforts.
    The Topock Marsh Pumping Station Geotechnical Investigation report provides a detailed analysis of site conditions pertaining to a geotechnical investigation for the Bureau of Reclamation. It includes lithologic logs from test pits and monitoring well construction, alongside comprehensive water chemistry results for various samples collected in May 2021. Key parameters assessed include pH, conductivity, total dissolved solids, and concentrations of major cations and anions. The investigation identifies parameters critical for evaluating water quality and potential corrosivity factors. Results show varying levels of contaminants, with specific focus on chlorides, sulfates, and hardness, which are pivotal in determining overall water chemistry and potential impacts on infrastructure. The report's structured approach includes detailed appendices showcasing analysis data, making it a vital resource for engineers and policymakers involved in water and environmental management. This investigation aligns with federal guidelines and state requirements for environmental assessment, providing essential information for future planning and development initiatives within the region. It emphasizes the need for informed decision-making in the context of government projects and compliance with environmental standards.
    The document serves as a compilation of various federal and state/local requests for proposals (RFPs) and grants, aimed at soliciting sector-specific responses to government initiatives. It outlines detailed requirements for potential applicants, including compliance with administrative standards and guidelines, prioritizing areas such as project scope, funding eligibility, and proposal evaluation criteria. Emphasis is placed on delivering clear project objectives, addressing community needs, and demonstrating capability and experience in project execution. Key points cover the necessity for accurate documentation, adherence to deadlines, and procedures for submission. The document further elaborates on financial management aspects, such as budgetary constraints and reporting requirements, aimed at ensuring accountability and transparency in the use of funds. The overarching goal is to foster partnerships that enhance public services and improve community welfare through well-defined grant projects and proposal submissions. This indication of systematic planning within government RFPs reflects a structured approach in achieving targeted outcomes, with a clear intention to engage qualified entities in collaborative efforts to address specific governmental objectives.
    Lifecycle
    Similar Opportunities
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    CA-COLUSA NWR-LIFT PUMPS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotations for the repair and service of two water delivery pumps at the Colusa National Wildlife Refuge. The project involves rewinding and reconditioning a non-operable 40hp electric motor for the Main Lift Pump and replacing the motor of the Hwy 20 Lift Pump, while also addressing platform damage caused by flooding. This procurement is crucial for maintaining the infrastructure necessary for effective water management in the refuge, and it is designated as a Total Small Business Set Aside, emphasizing the government's commitment to supporting small businesses. Interested vendors must submit their quotations by the specified deadlines and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.