Z--REHABILITATE TEMPLE BAR WELL #4
ID: 140P8125Q0012Type: Solicitation
AwardedJun 3, 2025
$96K$96,000
AwardeeCHANCEY CHAMBERS 79443 29 PALMS HWY Twentynine Palms CA 92277 USA
Award #:140P8125P0019
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well #4 at Lake Mead National Recreation Area in Boulder City, Nevada. The project aims to enhance water supply facilities by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is critical for maintaining water quality and flow, with a focus on environmental responsibility and community coordination during construction. Interested small businesses must submit their bids by the specified deadline, with an estimated project value between $100,000 and $250,000. For further inquiries, contractors can contact Michelle Bennett at Michelle_Bennett@nps.gov or call 702-293-8909.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a solicitation, specifically identified as 140P8125Q0012, pertaining to a contract modification for a project set to occur in Boulder City, NV, with a performance period spanning from June 2, 2025, to November 30, 2025. It outlines the procedural requirements for acknowledging receipt of the amendment, stressing that failure to do so by the specified date may result in the rejection of offers. The contractor, as indicated in the document, must provide acknowledgment through various means, including physical copies or electronic communication. Additionally, the document confirms that all previous terms and conditions of the original solicitation remain in force unless specifically altered by this amendment. The modification is categorized under FAR (Federal Acquisition Regulation) authority, focusing on administrative adjustments related to the contract without extending the timeline beyond the stated period. This document reflects standard operating procedures for federal solicitations and modifications, ensuring adherence to regulatory guidelines and maintaining ongoing project compliance.
    This document is an amendment (0002) to solicitation number 140P8125Q0012, which modifies prior contract details. Its primary purpose is to clarify and correct amendment 0001 concerning the posting of technical questions, answers, and a site visit participants log. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment according to specified methods to avoid offer rejection. The period of performance for the related contract is set from June 2, 2025, to November 30, 2025. No additional changes or attachments are included in this amendment. The document is part of a standard protocol used in federal contract modifications, reflecting the government’s structured approach to managing procurement processes.
    The document serves as a Request for Proposal (RFP) from the National Park Service (NPS) for the project titled "Rehabilitate Temple Bar Well #4." The solicitation, numbered 140P8125Q0012, outlines the requirements for the construction work, including a mandatory performance period and specific submission instructions for contractors. A pre-bid site visit is scheduled for May 6, 2025, with a cutoff for pre-registration on May 5, 2025. Bids must comply with Federal Acquisition Regulations (FAR) and include factors such as price, technical approach, key personnel experience, relevant project experience, and past performance evaluation. The estimated value of the project is between $100,000 and $250,000, prioritizing small business participation. Proposals must demonstrate relevant qualifications and adhere to stipulations about performance and payment bonds. The project aims to enhance water supply facilities, emphasizing strict compliance with project specifications. Bid responses are due by a specified date and must include detailed price schedules and subcontractor information. This RFP exemplifies federal contracting procedures designed to ensure transparency, fair competition, and effective project delivery within the government framework.
    The proposal outlines the rehabilitation of Temple Bar Well Number 4 at Lake Mead National Recreation Area, Boulder City, Nevada, aiming to enhance water flow and quality. The project includes inspecting and replacing existing infrastructure, such as the pump, motor, and downpipe, ensuring compliance with state and federal regulations. Detailed requirements mandate the contractor to conduct flow and pressure testing to meet a minimum flowrate of 200 gallons per minute for the water treatment plant, while implementing a series of safety and environmental protocols throughout the construction process. The contract stipulates that all materials must be NSF-61 certified for potable water, with a thorough verification of existing site conditions required before material procurement. The contractor is responsible for obtaining necessary permits and ensuring that construction does not disrupt public access to the park, adhering to strict noise regulations and equipment handling protocols. Moreover, training on desert tortoise awareness is mandated for all workers to minimize ecological impacts. Overall, this contract emphasizes water safety, environmental responsibility, and community coordination during the rehabilitation efforts, reflecting the National Park Service's dedication to maintaining both utility and conservation standards.
    The document addresses the solicitation for rehabilitating Temple Bar Well #4, presenting a series of questions and answers relevant to contractors bidding on the project. Key details include the maximum duration for flow/pump tests, expected to be under 24 hours, with contractors responsible for their technical approach. Discharge water will be directed about 250 feet without requiring a permit. On-site power is available at the pump house, but a generator might be necessary during outages. Contractors are responsible for supplying metering and data logging equipment for the tests. The document also discusses the inclusion of drop wires and downhole check valves as per specifications, and while there is no defined time allowance for debris removal, it must be accounted for in the proposal. The emphasis is on effectively managing the cleaning of the well screen and ensuring completion without traditional methods. Overall, the document serves to clarify expectations and responsibilities for contractors within the government RFP context, ensuring compliant and effective project execution.
    Lifecycle
    Title
    Type
    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.
    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--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.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    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--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.
    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.