Replacement Skimmer & Actuator for HD WWTP
ID: 140R3025Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 12:00 AM UTC
Description

The Department of the Interior, Bureau of Reclamation, is seeking to procure a replacement Rotating Skimmer and Actuator for the Wastewater Treatment Plant (WWTP) at Hoover Dam. The existing skimmer, which has been in operation for 25 years, has deteriorated beyond repair due to corrosion, necessitating a custom-made replacement that includes a 9-foot long, 8-inch diameter steel pipe designed to efficiently drain materials from the Clarifier. This procurement is critical to maintaining effective wastewater treatment processes and ensuring environmental quality at this significant federal facility. Interested vendors must submit their capability statements or quotations by February 3, 2025, with the anticipated contract award scheduled for February 2025, and delivery expected within 27 weeks thereafter. For further inquiries, contact Jennalyn Kent at JKent@usbr.gov or by phone at 702-293-8030.

Point(s) of Contact
Kent, Jennalyn
(702) 293-8030
(702) 293-8499
JKent@usbr.gov
Files
Title
Posted
Jan 22, 2025, 1:04 AM UTC
The Bureau of Reclamation, Department of the Interior, is seeking to replace a deteriorated rotating skimmer and actuator at the Wastewater Treatment Plant (WWTP) of the Hoover Dam. The current system has been in use for 25 years and is beyond repair, primarily due to corrosion caused by exposure to wastewater. The new 9-foot long, 8-inch diameter steel pipe with a 60-degree opening is designed to rotate and drain materials that accumulate at the surface of the Clarifier, ensuring unobstructed flow of treated wastewater over the weir. The request includes not only the installation of the new skimmer and actuator but also a spare set of gears, specifically the worm and bull gears, which require more frequent replacement owing to their susceptibility to wear and damage. This project underscores the government’s commitment to maintaining effective wastewater treatment processes at Hoover Dam while safeguarding environmental quality.
Jan 22, 2025, 1:04 AM UTC
The document outlines solicitation No. 140R3025Q0012, detailing clauses and provisions for a federal government contract concerning commercial products and services. It encompasses regulations pertaining to contract terms, electronic invoicing and payment, and security requirements specific to the Bureau of Reclamation. The contractor must use the U.S. Department of the Treasury's Invoice Processing Platform for payments, ensuring that all payment requests are compliant with the specified standards. Security measures emphasize stringent access controls for contractor personnel, aligning with federal standards, and mandate compliance with identification and background checks. Furthermore, the document lists various Federal Acquisition Regulation (FAR) clauses, ensuring adherence to legal directives, including provisions regarding labor standards and the prohibition of contracting with certain entities. Importantly, the clauses highlight the compliance expectations for businesses and subcontractors in relation to various equal opportunity and affirmative action policies. This comprehensive structure serves to outline the responsibilities and obligations required of contractors, supporting the government’s aim to ensure fair and secure procurement processes while aligning with national regulations and standards.
Jan 22, 2025, 1:04 AM UTC
The document is a Request for Quotation (RFQ) from the Bureau of Reclamation for specific supplies related to wastewater treatment at Hoover Dam. The RFQ is designated as request number 140R3025Q0012 and was issued on January 21, 2025. It outlines the requirements for two main items: a Rotating Wastewater Clarifier Skimmer and an AUMA Actuator, both classified under sewage treatment equipment with delivery expected within 189 days after contract award. The request indicates that it is not a small business set-aside and includes provisions regarding representations and certifications by the quoter. Interested parties are encouraged to submit quotations by February 3, 2025, indicating that the government is not obligated to cover any costs related to proposal preparation. The document emphasizes the importance of providing a reasonable and responsive quote from responsible offerors for the procurement process. Overall, the RFQ serves to solicit bids from potential suppliers for necessary equipment to support wastewater treatment operations at a significant federal facility.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
J--Sources Sought - Cableway Wire Rope NDT & Lube
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking sources for the maintenance of cableway wire ropes at Hoover Dam through a Sources Sought Notice. The procurement aims to identify firms capable of providing Non-Destructive Testing (NDT) and lubrication services, which are essential for maintaining the integrity of the cableway wire ropes that have been exposed to environmental elements. Interested parties, particularly small businesses including those owned by disadvantaged groups, are encouraged to submit capability statements detailing their experience and technical capabilities by April 23, 2025. For further inquiries, potential respondents can contact Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.
Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim of Grand Canyon National Park. The procurement includes annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure of one of America's premier national parks, with a five-year ordering period anticipated to commence on May 10, 2025. Interested vendors must submit their quotes electronically by May 7, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
Sources Sought–Pure Water System Pump and Motor Assembly
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking sources for the overhaul, production, removal, and installation of pump and motor assemblies for the LL-7000 Pure Water Heat Exchanger, which is critical for recirculating demineralized, deionized cooling water in laboratory settings. The procurement aims to ensure that each assembly achieves a reliable performance of 50,000 hours while adhering to stringent purity standards and operational integrity. Interested contractors must demonstrate their capability in managing the entire process, including compliance with government standards and quality assurance protocols, and are encouraged to submit relevant documentation by the deadline of May 1, 2025. For further inquiries, potential respondents can contact Ryan Arford at ryan.j.arford.civ@us.navy.mil or by phone at 812-381-7173.
43--EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the refurbishment or replacement of a 500 GPM sump pump and the installation of new basket strainers for two existing 6000 GPM pumps at the Mt. Elbert Powerplant in Twin Lakes, Colorado. The procurement aims to ensure reliable operation of essential pumping systems, which are critical for maintaining operational integrity at the powerplant. This opportunity is set aside for small businesses under NAICS code 333914, with proposals due by May 11, 2025, and a firm fixed-price contract anticipated. Interested contractors must be registered in SAM.gov and are encouraged to conduct a site visit to assess the work required before submitting their proposals, which will be evaluated based on technical approach, past performance, and pricing.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
N--PARKWIDE VFD REPLACEMENT
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of Variable Frequency Drives (VFDs) at the Lake Mead National Recreation Area's water treatment facilities. The project involves the installation of 16 new VFDs and the provision of 16 spare units, with a focus on ensuring compatibility with existing systems and compliance with NFPA 70 standards. This initiative is crucial for maintaining operational efficiency in the park's water treatment infrastructure, which supports both environmental stewardship and public health. Interested small businesses must submit their proposals by May 12, 2025, with the anticipated performance period running from June 9, 2025, to December 8, 2025. For further inquiries, potential bidders can contact Caleb Overbaugh at caleboverbaugh@nps.gov.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
99 CES Aeration Pump
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a SN10 Aeration Pump Motor Assembly and its installation at Nellis Air Force Base in Nevada. This request for quotation (RFQ) aims to replace an inoperable aeration system critical for providing potable water, requiring contractors to supply all necessary labor, equipment, and materials while adhering to industry standards and environmental regulations. The contract will be awarded based on a Lowest-Priced Technically Acceptable (LPTA) evaluation, with proposals due by April 28, 2025, and must be submitted electronically to the primary contact, SrA Donald Rhee, at donald.rhee@us.af.mil. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to review the attached Statement of Objectives for detailed requirements.