R--A-E Construction Management
ID: 140R8125R0006Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified sources for construction management and architect-engineering services through a Sources Sought Notice. The objective is to identify firms capable of providing comprehensive construction management services, including site supervision, quality control, and regulatory compliance, in support of the Bureau's mission across 17 western states. These services are critical for managing federal water infrastructure projects and ensuring the successful execution of construction activities, including new construction, alterations, and renovations. Interested parties are invited to submit their company information and responses to specific questions by October 26, 2025, at 5 PM Eastern, via email to Connieann Tudela-Kately at ctudelakately@usbr.gov.

    Point(s) of Contact
    Tudela-Kately, Connieann
    (303) 445-2537
    ctudelakately@usbr.gov
    Files
    Title
    Posted
    This Sources Sought Notice is a market research effort by the Government to identify qualified sources for Construction Management and Architect-Engineering (A-E) and Professional Engineering and Technical Support Services. The applicable NAICS code is 541330 (Engineering Services) with a small business size standard of $25.5 Million. The services will support Reclamation's mission, including planned or existing construction projects, new construction, alteration, or renovation projects. Interested parties capable of providing these services are invited to submit their company information, including answers to attached questions, company name, address, SAM UEI, business size, and point of contact details. Responses are limited to five digital pages and must be submitted via email to ctudelakately@usbr.gov by October 26, 2025, at 5 PM Eastern. This is not a request for quote or a formal solicitation, and the Government is not committed to any acquisition approach.
    This document, "Sources Sought Questions for Industry," is a request for information from the Bureau of Reclamation to gauge industry capabilities for providing services related to federal water infrastructure projects. It asks potential contractors about their ability to provide all services listed in a Statement of Work across 17 western states, and potentially nationwide and in US Territories. The inquiry covers firms' experience with large-scale federal water infrastructure and construction management, staffing and resource availability, quality assurance and control protocols, safety records and risk management approaches, technical capabilities including specialized software and system commissioning, subcontracting relationships, and innovative practices. The document aims to identify qualified firms for future proposals, focusing on comprehensive service delivery, technical expertise, and operational excellence.
    The Bureau of Reclamation's Statement of Work outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architectural and Engineering Services, focusing on construction management. This contract supports the Bureau’s mission of water resource management, development, and protection across the seventeen western states. Services will be detailed in individual Task Orders (TOs), which may be Firm Fixed Price or Labor Hour/Time & Material. The scope encompasses comprehensive construction management, including site supervision, quality control, regulatory compliance, and problem resolution, led by a Resident Engineer. It also includes specialized services such as civil engineering, materials engineering (concrete, asphalt, synthetic, earth, welds, coatings), corrosivity evaluation, cathodic protection systems, hazardous materials testing, survey and mapping, geotechnical services (engineering geology, trenchless technology, earthwork, deep foundations, grouting), mechanical and electrical engineering, commissioning services, and water & environmental science services. The contract emphasizes quality assurance, safety, and confidentiality of all project data. The contractor is responsible for personnel training and adherence to safety standards.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3. This project entails the installation of approximately 1.8 miles of buried water transmission pipelines, including significant crossings over the San Juan River, Nenahnezad Bluff, Shumway Arroyo, and Chaco River, with a focus on addressing unique geological and environmental challenges. The contract is a Firm-Fixed Price (FFP) agreement, with a performance period from May 20, 2026, to September 21, 2027, and bids are due by 1:00 PM local time on February 25, 2026. Interested contractors should contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790 for further details.
    Technical Assistance Services and Construction Phase (Title II) Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking technical assistance and construction phase services for improvements to the Georgetown Reservoir Building as part of the Washington Aqueduct project. The procurement involves ongoing support for Construction Phase (Title II) Services, which includes responding to Requests for Information (RFI), reviewing shop drawings and submittals, and coordinating inspections and project close-out documentation. These services are critical for ensuring the successful execution and completion of construction projects related to water supply facilities. Interested parties can contact Keilow King at keilow.king@usace.army.mil or 443-853-2052, or Sharon Alexander at sharon.l.alexander@usace.army.mil for further details.