This contracting action is to obtain an all-inclus
ID: 140R3025Q0083Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS (J047)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking proposals for an all-inclusive contract to service and maintain Atlantium HOD Ultra-Violet (UV) Lights at the Hoover, Parker, and Davis Dams. The contract will cover a five-year period from September 1, 2025, to August 31, 2030, and includes quarterly preventive and corrective maintenance, supply of essential parts, and emergency repair services performed by factory-trained technicians. This maintenance is crucial for ensuring the operational efficiency and safety of the UV light systems, which play a vital role in the cooling water systems of the dams. Interested contractors should contact Luis Gallardo at lgallardo@usbr.gov or call 928-343-8129 for further details and to submit proposals by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines critical clauses and requirements for contracts involving commercial products and services within the federal government. It focuses on electronic invoicing and payment protocols, specifically mandating contractors to use the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payment requests and detailing necessary compliance for invoicing procedures. The document encompasses the Contractor Performance Assessment Reporting System (CPARS) which is crucial for evaluating contractor performance and requires electronic submissions of evaluations. Additionally, it addresses the necessity of adhering to various Federal Acquisition Regulation (FAR) clauses, emphasizing contractor representations and certifications, including small business qualifications. The document also highlights the importance of security protocols, particularly with COVID-19 measures and employee identity verification, ensuring contractors comply with federal safety and security standards. Overall, this file serves as a comprehensive guide for contractors operating within federal contracting frameworks, detailing compliance expectations, performance evaluation processes, and security requirements essential for maintaining governmental standards in contracts.
    The document outlines a Request for Proposals (RFP) for an all-inclusive maintenance contract concerning the Atlantium HOD Ultra-Violet (UV) Lights at Davis, Hoover, and Parker Dams, covering the period from FY 2026 to 2030. The contract entails comprehensive quarterly maintenance, including cleaning, calibration, and emergency repairs performed by factory-trained technicians. The contractor is responsible for labor, materials, equipment, and disposal of construction debris. Submittals required include safety programs, employee certifications, and hazard analyses, all due within specified time frames post-award. The contractor will begin services within 30 days of award, responding to unscheduled maintenance promptly. Additionally, contractor personnel must comply with stringent security requirements for accessing restricted areas at the dams, including background checks and credentialing processes. The document stipulates that work should not occur during federal holidays or outside specified hours unless approved in advance. Overall, this RFP emphasizes operational efficiency, safety, and regulatory adherence, aligning with standards set by the Bureau of Reclamation. The summarized details reflect the structured approach to government procurement and project execution in maintaining critical infrastructure.
    The document is a pricing schedule for maintenance services related to UV light systems at the Hoover, Parker, and Davis Dams, categorized under Contract Number 140R3025Q0083. It outlines five schedules covering a period from September 1, 2025, through August 31, 2030. Each schedule details quarterly maintenance service for the three dams, with a specified quantity of four quarters for each dam per schedule. The schedules are divided into the base year and four optional years, indicating a structured approach to contract renewal based on performance or need. Each itemized line entry includes spaces for unit prices and total prices, although no specific monetary values are provided in the document. This pricing schedule reflects the government's strategy to ensure ongoing maintenance for critical infrastructure, maintaining operational efficiency and safety over multiple years within the framework of federal procurement and budgeting processes.
    The document appears to be a corrupted file, lacking coherent content and identifiable structure related to federal RFPs, federal grants, or state/local RFPs. Despite the corrupted nature of the file causing unreadable segments and numerous unintelligible characters, it suggests a context involving solicitations or proposals associated with government entities. Effective RFPs typically outline project descriptions, eligibility criteria, funding availability, and application guidelines to solicit bids or proposals from contractors or organizations. The intention is to promote transparency in funding allocation and project execution, ensuring compliance with regulatory frameworks. However, due to the file's corruption, the summary could not capture specific details, key ideas, or central themes typically integral to government-related documents. Efforts to retrieve relevant sections focused on preserving any identifiable request for proposals or grant information would be necessary for a more comprehensive analysis.
    The document appears to be a corrupt or improperly formatted data file, likely containing content relevant to federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. The expected content would typically outline specific project requirements, funding opportunities, and guidelines for proposal submissions aimed at enhancing public services or infrastructure. The main purpose of such documents is to solicit bids from contractors and organizations interested in fulfilling governmental priorities through project execution or service delivery. Summaries usually encapsulate key project details, eligibility criteria, funding amounts, application deadlines, and evaluation criteria, ensuring transparency and clarity for potential applicants. However, due to the apparent corruption and the lack of coherent text, no specific details or insights can be drawn regarding individual opportunities, project specifics, or timelines within the document. Therefore, a structured overview or detailed analysis could not be completed, and further examination of an intact version of the file would be necessary to provide an accurate summary of its contents.
    The document appears to be corrupted or not textually coherent, making it impossible to ascertain a clear topic, key ideas, or supporting details. As a result, summarizing its contents and interpreting the intended message or purpose within the context of government RFPs, federal grants, and state/local RFPs is not feasible. This inability to extract meaningful information may suggest that the file contains non-standard characters or data artifacts that obscure any potential content. Therefore, without identifiable themes or structured arguments, a summary capturing the essence of the document is unattainable in its current form. Further examination of an uncorrupted version or a properly formatted document is required for an effective analysis and summary.
    The document outlines a Request for Proposal (RFP) for comprehensive maintenance and service of Atlantium HOD Ultra-Violet (UV) Lights at several dam facilities, including Hoover Dam, Parker Dam, and Davis Dam. The contract covers a five-year period from September 1, 2025, to August 31, 2030, with options for extensions. The service provisions include quarterly preventive and corrective maintenance, supply of essential parts, and labor costs associated with travel to the site. Each service item is categorized under relevant Product and Service Codes (PSC), emphasizing equipment maintenance and repairs. The document also lists key administrative contacts, including the Contracting Officer and Procurement Technician, while clarifying the required evaluation of proposals based on qualifications. Additionally, it incorporates federal acquisition regulations relevant to the solicitation. This RFP aims to ensure continued optimal operation of critical equipment vital for dam safety and infrastructure integrity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    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--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    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.
    Y--NGWSP INTAKE & RIVER PUMPING PLANT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    NREL MMW RO-DI System, Request A and Request B
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking bids for the procurement of a Reverse Osmosis and Deionization (RO-DI) water purification system as part of the Multimegawatt (MMW) Electrolysis project at its Flatirons Campus in Arvada, Colorado. The project includes two requests: Request A for the RO-DI system and Request B for the optional containerization of the system, with the RO-DI system required to support up to 10 MW of electrolysis capability and provide clean water for electrolyzers over the next 15 years. This procurement is critical for the production of clean hydrogen and involves specific technical requirements, including water quality standards and compatibility with various water sources. Interested offerors must submit their quotes by December 8, 2025, at 5 PM MST, and can direct inquiries to Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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--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.