C--Underwater Inspection Services - BOR-WIDE IDIQ
ID: 140R3025R0024Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: INSPECTION (NON-CONSTRUCTION) (C213)

Set Aside

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

    The Bureau of Reclamation, part of the U.S. Department of the Interior, is seeking qualified small businesses to provide underwater inspection services through a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will cover inspections for various water conveyance structures, including high-hazard dams and bridges, with a performance period from October 1, 2025, to September 30, 2030, and a maximum cumulative value of $10 million. This procurement is crucial for maintaining the safety and integrity of critical infrastructure, ensuring compliance with federal safety standards and regulations. Interested contractors must submit their proposals by August 20, 2025, and can direct inquiries to Veronica Rodriguez at vrodriguez@usbr.gov or by phone at 928-343-8266.

    Point(s) of Contact
    Rodriguez, Veronica
    (928) 343-8266
    928343
    vrodriguez@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation's Solicitation No. 140R3025R0024 is a Small Business Set-Aside for Underwater Inspection Services, establishing a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The five-year ordering period begins October 1, 2025, and continues through September 30, 2030, with individual task orders issued on a fair opportunity basis by authorized Contracting Officers. The contract has a minimum guarantee of $2,500 and a maximum cumulative value of $10,000,000. Task orders will primarily be firm-fixed-price. Key clauses include those for ordering, order limitations ($10,000 minimum, $10,000,000 maximum cumulative), indefinite quantity, and the designation of an Ombudsman. The document also details comprehensive security requirements for contractor personnel, including identification, information security, and handling of sensitive data.
    The Bureau of Reclamation, U.S. Department of the Interior, is issuing Solicitation No. 140R3025R0024 for a Small Business Set-Aside, Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Underwater Inspection Services—Reclamation Wide. The contract has a five-year ordering period from October 1, 2025, to September 30, 2030, with a minimum guarantee of $2,500.00 and a maximum cumulative amount of $10,000,000.00. Task orders, issued on a fair opportunity basis via Requests for Quotes (RFQs), will specify performance periods and may be firm-fixed-price. The solicitation outlines detailed contract clauses, terms, conditions, and solicitation provisions, including requirements for contractor administration, pricing, ordering authority, and compliance with federal regulations concerning safety, security, and equal opportunity.
    The Department of Interior's Bureau of Reclamation seeks underwater inspection services to support its mission of managing water resources. This Request for Proposal (RFP) outlines the need for professional inspections at numerous high hazard dam facilities, type 1 bridges, and other water conveyance structures, with an emphasis on achieving approximately 30 and 13 underwater inspections annually, respectively. The contractor will provide qualified personnel to perform these inspections across 17 western states, including conditions varying in flow, turbidity, and temperature. Key tasks will include examining inaccessible features of structures, generating comprehensive reports adhering to safety regulations, and developing inspection plans in compliance with federal standards. The contractor is required to submit a detailed inspection schedule, ensure all personnel are certified, and conduct on-site inspections during designated hours. The performance work statement sets forth safety and health requirements, including hazard analysis, safety training, and proper equipment use. Overall, this RFP aligns with the government's commitment to environmental stewardship and infrastructure safety, emphasizing the need for detailed planning and documentation while maintaining rigorous safety standards throughout the inspection process.
    The Bureau of Reclamation requires underwater inspection services for its 243 high-hazard dams, 53 Type 1 bridges, and other water conveyance assets across the Western United States. These services include inspecting intake/outlet structures, stilling basins, bridges, and other water conveyance infrastructure, followed by detailed report writing. Inspections occur at various reservoir elevations and water conditions, typically from September to April. The contractor must provide a qualified Project Manager, Technical Workforce, Inspection Team Leader (with specific certifications for dam and bridge inspections), and Field Inspectors (commercial divers, with additional bridge inspection certification for bridge features). Strict safety protocols, including Dive Safe Practices Manuals, Hazard Analyses, and adherence to OSHA and Reclamation safety standards, are mandatory. The contractor must submit a baseline schedule, monthly updates, and various plans and certifications. The government may provide certain resources, but the contractor is responsible for ensuring their adequacy and covering associated costs.
    The Department of Interior's Bureau of Reclamation requires underwater inspection services for three bridges in the Yuma, AZ area, specifically the Los Algodones, Senator Wash, and Lower Cibola Bridges. The contractor must conduct comprehensive inspections, including 100% Level 1 visual inspections and 10% Level 2 detailed inspections, adhering to specified standards and submitting detailed reports within 90 days following the inspections. A schedule must be prepared within 14 days of the task order award and updated monthly to reflect actual progress. The project includes safety protocols outlined by OSHA, RSHS, and FHWA regulations, necessitating qualified personnel for the inspections. Clearances for access and safety measures such as lockout/tagout must be in place during inspections, with required certifications for dive team members. The contractor is responsible for organizing preparatory meetings to coordinate inspection logistics with the government. Overall, the RFP emphasizes compliance, safety, and thorough documentation to ensure the integrity and safety of the bridge structures during inspections.
    RFP No. 140R3025R0024 outlines the need for underwater inspection services for three highway bridges in the Lower Colorado Basin Yuma, AZ area. The Department of Interior, Bureau of Reclamation requires contractors to perform 100% Level 1 Visual/tactile inspections and 10% Level 2 Detailed inspections with partial cleaning. The contractor must adhere to various reference standards, including those from the Bureau of Reclamation, OSHA, FHA, and GSA. Key deliverables include a detailed inspection schedule, monthly updates, and a comprehensive bridge inspection report due 90 days post-inspection. The document specifies project conditions for each bridge, outlining anticipated depths, flows, and outage windows. Submittals, including dive plans, inspection plans, and certifications, are mandatory. The contractor is responsible for quality control, safety protocols, and compliance with all applicable regulations. This RFP emphasizes safety, detailed reporting, and adherence to established government and industry standards.
    The Los Algodones Bridge Inspection Report, dated December 29, 2019, outlines the structural evaluation of the bridge carrying State Route 186 over the All-American Canal. Conducted by the Imperial Irrigation District, the inspection revealed that the bridge is generally in good condition, with no critical findings identified. The seven-span concrete slab bridge, which serves as a vital connection to the Andrade/Los Algodones Border Crossing, exhibits minor abrasion and aquatic buildup on underwater structures, alongside several irregular repair patches showing signs of delamination. Overall, the underwater portions of the piers and abutments are well-maintained, although future attention is necessary for the deteriorating expansion joint and concrete patches. Recommendations for upkeep include ongoing monitoring of the identified issues with a proposed financial estimate of $20 million for planned repairs and improvements. The report emphasizes the bridge’s operational integrity, considering the high volume of border crossings it accommodates annually, and suggests further inspections to ensure structural safety. The inspection team comprised multiple members, and approval was granted by qualified engineers, affirming the accuracy of the findings presented.
    The Los Algodones Bridge Inspection Report provides a detailed assessment of the bridge carrying State Route 186 over the All-American Canal, focusing on structural integrity, maintenance recommendations, and coordination with relevant agencies. Conducted on March 27, 2025, the routine inspection indicates that the bridge is in "Fair" condition with a satisfactory structural evaluation. While the deck shows minor wear and reflective cracking, visible portions of the superstructure and substructure remain satisfactory. Notably, a spall has been documented at one corner and an offset in the center slab was observed. Maintenance issues include a disconnected conduit and asphalt wear at approach areas. Additionally, the report highlights an ongoing collaboration with state transportation and local entities, with plans to progress towards a new bridge design following stakeholder feedback. The recommendation includes planning for a new crossing facilitating improved safety and functionality of the bridge. The findings underscore the importance of future inspections and coordination efforts to ensure continued operational safety and compliance with federal and state standards, bolstering the infrastructure of this critical transportation route.
    The report details an underwater inspection of the Senator Wash Bridge as mandated by federal regulations, with the last inspection conducted in 2014. Scheduled for December 29, 2020, the inspection aimed to evaluate the bridge's underwater elements but faced challenges due to high water velocities, preventing divers from completing their tasks. Coordination was carried out with local entities, including the Imperial Irrigation District and CalTrans, during a flow reduction period. The conclusion emphasizes the historical difficulties faced in inspections due to operational demands and suggests that water velocity should be monitored for future planning. Ultimately, an underwater inspection will need to wait until the water conditions are more favorable. This document serves as a record of compliance and operational challenges tied to federal inspection requirements.
    The U.S. Department of the Interior's Bureau of Reclamation conducted an underwater inspection of bridges along the All-American Canal (AAC) on December 16-17, 2014. This assessment aimed to evaluate bridge conditions that are challenging to inspect due to constant water flow. The inspection used a Remotely Operated Vehicle (ROV) due to safety concerns over high water velocities and debris. All examined bridges, including Senator Wash, Mission Wash, No-Name Wash, Picacho Wash, and Los Algodones, were deemed to be in satisfactory condition, with minor deterioration noted on some pier walls and minor debris buildup from grass and aquatic organisms. The bridges will require no further underwater inspections until at least FY 2019, although it is suggested that if the canal experiences a significant drop in flow, a more thorough inspection should occur at that time. Overall, the inspection affirmed the effectiveness of bridge maintenance and management strategies, underlining the necessity for continued oversight, especially concerning debris removal to prevent potential blockages and structural stress on bridge supports.
    The AAC & Senator Wash Rd Bridge Inspection Report provides a comprehensive evaluation of the bridge located in Imperial County, California, performed on April 2, 2024. The inspection reveals that the bridge, a three-span steel structure carrying Senator Wash Road over the All-American Canal, is in satisfactory condition with minor issues. Key findings include minor deck cracking and deterioration of the steel girder coating, alongside notable erosion and degraded rip rap protection at the eastern abutment which must be addressed to prevent future foundation undermining. The report indicates no critical findings, and recommendations include restoring the rip rap bank protection and backfilling scour holes, necessitating repairs to maintain structural integrity. The bridge was last inspected in April 2022, highlighting ongoing maintenance commitments by Imperial County. The report underscores the need for a revised load rating and future inspections to monitor evolving concerns related to structural stability and safety. This analysis aligns with government transparency, ensuring public safety and infrastructure funding considerations under federal and state guidelines.
    The Lower Cibola Bridge Inspection Report provides findings from an underwater inspection conducted on January 15, 2021. The bridge, managed by the Reclamation's Yuma Area Office, spans the Colorado River and features significant structural components including eight spans predominantly constructed of precast prestressed beams. The inspection indicated a satisfactory condition of the bridge, with no critical findings identified. However, some plastic wrappings securing protective casings to timber piles were either loose or missing, and local scour was observed at several bents. While no severe deficiencies requiring immediate corrective action were noted, there is an incomplete recommendation from a previous inspection regarding the replacement of damaged plastic ties, estimated at $25,000 for completion in FY23. The inspection methodology included dive operations during low flow conditions, ensuring thorough examination. This report underscores the necessity of routine inspections and O&M recommendations to maintain operational integrity and safety of bridge infrastructure, crucial for federal and state agencies managing public works. It also highlights the importance of addressing even minor deficiencies to prevent escalation into critical issues.
    The Lower Cibola Bridge Inspection Report, dated October 26, 2023, provides a routine evaluation of the bridge located over the Colorado River in Arizona. The report indicates that the bridge is maintained by the Reclamation's Yuma Area Office and outlines specific structural details, noting it spans 557 feet and underwent a major deck replacement in 2011. The inspection team identified minor surface issues, including cracks in the concrete deck and corrosion on steel sections. Notable deficiencies include delamination and minor spalling on the abutments and loose protective wrapping on timber piles. The bridge was rated in "good" condition overall, with no critical findings requiring urgent action. Recommendations include tightening anchor nuts and securing conduit crossings, along with notes for future inspections regarding equipment access. The report underscores the importance of ongoing maintenance and monitoring to prevent further deterioration. This inspection is part of the broader federal requirements for ensuring bridge safety and integrity across governmental frameworks, aligning with national standards for infrastructure assessment.
    RFP No. 140R3025R0024, Amendment No. 1, Attachment 5, details the Price Schedule for "Underwater Inspection Services" at Los Algodones, Senator Wash, and Lower Ciblola Bridges in Yuma, AZ. The schedule outlines various cost elements, categorized into Labor (CLIN 010 and CLIN 012), Equipment (CLIN 013), and Travel (CLIN 014). Labor categories include "Inspection Team Lead Diver," "Inspector Divers," and other applicable labor for both inspection and reporting phases, measured in hours. Equipment and Travel are listed as lump sum items. The document serves as a template for vendors to provide unit prices and total costs for the specified services, indicating a federal government Request for Proposal (RFP) for specialized underwater infrastructure inspection.
    The document outlines the Price Schedule for RFP No. 140R3025R0024, focused on providing underwater inspection services for the Los Algodones, Senator Wash, and Lower Ciblola Bridges in Yuma, Arizona. It details various Contract Line Item Numbers (CLINs) specifying labor categories required for inspection, reporting, equipment, and travel associated with the project. CLINs include different labor types such as Inspection Team Lead Diver and Inspector Divers, with pricing left blank to be filled in by bidders. The schedule also captures a total cost for the service, summing individual labor, equipment, and travel expenses. The purpose of the document is to communicate the pricing structure and requirements to potential contractors responding to the federal RFP, ensuring compliance with procurement protocols for critical waterway inspections. Overall, this file plays a crucial role in the solicitation process by establishing a clear financial framework for bidders.
    The U.S. Department of the Interior, Bureau of Reclamation, Lower Colorado Basin, utilizes Attachment No. 6, RFP No. 140R3025R0024, as a Past Performance Questionnaire (PPQ) to evaluate firms for potential contracts. This sensitive document, not for release outside government channels, collects detailed information on a firm's past performance, including contract specifics, project details, and financial amounts. The questionnaire requires an evaluator to provide ratings (Outstanding, Above Average, Satisfactory, Marginal, Unacceptable) on various aspects such as client relationship, corporate management, quality control, and adherence to schedules. It also asks about any past performance issues like cure notices or terminations and whether the evaluator would award another contract to the firm. The form concludes with an overall rating and requires evaluator contact information and signature. Completed questionnaires must be emailed to vrodriguez@usbr.gov by August 20, 2025, to aid in source selection.
    The Past Performance Questionnaire (PPQ) is a document from the U.S. Department of the Interior, Bureau of Reclamation, intended to evaluate a firm’s previous contractual performance as part of RFP No. 140R3025R0024. The PPQ solicits feedback regarding various performance aspects, including the firm-client relationship, corporate management, quality control, and adherence to performance schedules. Evaluators must provide a rating, ranging from "Outstanding" to "Unacceptable," and may need to elaborate if ratings reflect marginal or unacceptable performance. Specific inquiries include the presence of any negative actions against the firm, overall customer satisfaction, and whether the evaluated firm was afforded a chance to address any negative evaluations. Completed PPQs must be returned via email by August 21, 2025. This process is central to ensuring accountability and informed decision-making in government contracting, as it assists in assessing a firm's reliability and past conduct for future collaborations.
    The “Review of Operation and Maintenance Program Field Examination Guidelines” is a Bureau of Reclamation technical publication from October 1991. It provides essential information for conducting field reviews of operation and maintenance practices for various water resource structures like dams, canals, tunnels, and pipelines. The guidelines complement, rather than replace, professional engineering judgment and experience. The document outlines the program's history, organizational responsibilities (Denver Office, Regional Offices, Project Offices, and Water Users), and detailed field examination procedures. Key areas of examination include storage dams (crest, upstream and downstream faces, toe and groin areas, spillways, and outlet works) and other facilities like pumping plants, pipelines, canals, and bridges. The guidelines emphasize safety, documentation, and periodic reviews to ensure the reliability and longevity of federal water infrastructure.
    The 2024 San Luis Canal MP 79.23 Canyon Road Underwater Inspection Plan details the process for a routine underwater bridge inspection. This inspection, conducted by the U.S. Department of the Interior in December 2024, focuses on the Canyon Road Bridge in Merced County, CA. The plan outlines the necessity of conducting the inspection during the canal's annual one-week outage to ensure zero flows. Key personnel include a Team Lead, Dive Team Supervisor, and Underwater Bridge Inspectors, all requiring specific certifications. Required equipment includes surface-supplied dive gear and fall protection. The inspection involves Level I (visual/tactile) and Level II (detailed with partial cleaning) procedures, with potential for Level III if needed. Safety protocols, including a Dive Hazard Analysis, are critical. Follow-up procedures for critical findings involve immediate notification to relevant management and discussions with area and water district representatives. This plan ensures a thorough and safe inspection of the bridge's submerged elements.
    The Bureau of Reclamation's RFP No. 140R3025R0024, Attachment 4, addresses common questions from potential offerors regarding contract requirements and processes. Key clarifications include CPARS access, which the contracting officer will manage, and the updated Past Performance Questionnaire submission deadline of August 18, 2025. The document specifies that Volume I – Business Proposal requires company certifications as per Section E of the solicitation. It also confirms that the RO&M Field Inspection Examination Guidelines (Attachment 7) and Dive Inspection Plan (Attachment 8) have been incorporated via amendment. The page limit for the Technical Proposal has been extended to 25 pages, excluding dive and inspection plans, and staff resumes have no page limit. The RFP clarifies that SF-330 forms are not applicable and that project outage dates are fixed due to canal availability. Pricing for ROV inspections is not required for Task Order 1, and small business set-aside rules apply to subcontractors, limiting non-similarly situated entities to 50% of the contract value.
    The document outlines a Request For Proposal (RFP) soliciting Underwater Inspection Services under a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract by the U.S. Department of the Interior, Bureau of Reclamation, for Reclamation-wide services. It emphasizes a small business set-aside and aims for contractors to provide detailed underwater inspection services over five years, from October 1, 2025, to September 30, 2030. The solicitation includes critical procedural elements such as contractor eligibility, contract clauses, performance periods, and task order issuance protocols. It sets the minimum task order amount at $2,500 and a maximum cumulative limit of $10 million for awarded task orders. Notably, contractors must adhere to various government regulations, including safety protocols and insurance requirements, with specific attention to COVID-19 safety measures. Overall, the document serves as a comprehensive framework guiding contractors in submitting proposals that meet federal standards for underwater inspection projects, ensuring compliance, safety, and quality in the execution of services.
    Amendment 0001 to Solicitation 140R3025R0024 for Underwater Inspection Services for the Bureau of Reclamation, Lower Colorado Region, Boulder City, NV, addresses questions received, incorporates revised Request for Proposal documents and attachments (1, 2, 5, 6), and adds new attachments (7, 8). The deadline for proposal submission has been extended from August 18, 2025, to August 20, 2025, at 10:00 a.m. PST. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer, or sending a separate communication, ensuring receipt by the specified date and time to avoid rejection of their offer. The period of performance for the contract is from October 1, 2025, to September 30, 2030.
    This government document is Amendment 0002 to Solicitation No. 140R3025R0024, issued by the Bureau of Reclamation, Lower Colorado Region, for "Underwater Inspection Services - Reclamation Wide Multiple Award IDIQ." The amendment's purpose is to incorporate a revised Request for Proposal document, specifically Section E.2.b (page E-2), with changes highlighted in red bold font. The deadline for proposal submissions remains August 20, 2025, at 10:00 a.m. PST. The period of performance for the contract is from October 1, 2025, to September 30, 2030. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer copies, or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment prior to the deadline may result in the rejection of the offer.
    This amendment (140R3025R0024/0003) for the "Underwater Inspection Services - Reclamation Wide Multiple Award IDIQ" solicitation clarifies and corrects the proposal due date. The original RFP due date is amended to August 20, 2025, at 10:00 AM PDT. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on the offer, or sending a separate communication, ensuring it is received before the specified hour and date to avoid rejection of their offer. The period of performance for the contract is specified as October 1, 2025, to September 30, 2030.
    The document outlines a Request for Proposal (RFP) issued by the Bureau of Reclamation for Underwater Inspection Services on a Reclamation-Wide basis. It specifies that the solicitation is classified under the North American Industry Classification System (NAICS) code 541330 for architectural and engineering services. The contract period is from October 1, 2025, to September 30, 2030, and includes a virtual Question & Answer session scheduled for July 30, 2025, to address inquiries about the RFP. Offerors must submit questions in writing by August 4, 2025, and an amendment will follow to provide answers. The document emphasizes that the acquisition is unrestricted and details which blocks need completing in the proposal submission. The structure comprises segments highlighting payment, solicitation details, evaluation criteria, contractor requirements, and contact information for the contracting officer. Overall, this RFP aims to solicit competitive bids for necessary inspection services while ensuring compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    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.
    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.
    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.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    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--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.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.