Y--JOMU IRRIGATION SYSTEM REHABILITATION
ID: 140P8525Q0015Type: Presolicitation
AwardedJul 10, 2025
$236K$236,000
AwardeeYERBA BUENA ENGINEERING & CONSTRUCTION, INC. 1340 EGBERT AVE SAN FRANCISCO CA 94124 USA
Award #:140P8525P0039
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)
Timeline
    Description

    The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing a failing irrigation system that has been in place for 15 to 30 years, which is crucial for maintaining the park's historic landscape, including ornamental trees, orchards, and gardens across nine acres. This procurement is set aside for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and proposals are due by May 19, 2025, at 12:00 PM Pacific Daylight Time. Interested contractors should direct inquiries to Brian Roppolo at brian_roppolo@nps.gov and ensure compliance with all specified guidelines and amendments throughout the bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    The John Muir National Historic Site is set to undergo an irrigation system rehabilitation project to replace a failing 15 to 30-year-old irrigation system essential for preserving the park's historic landscape. The project aims to enhance irrigation coverage to nine acres, facilitating the care of mature ornamental trees, orchards, and gardens. Key project specifications include trenching for new irrigation lines, reconnection of historic wells, and adherence to the National Historic Preservation Act (NHPA) and the National Environmental Policy Act (NEPA). The contractor will manage all aspects of installation, safety, and environmental protection, while ensuring the site remains accessible to the public during construction. Specific safety and quality control measures are outlined, including restrictions on work hours, the need for archaeological monitoring, and procedures for addressing any discovered cultural resources. Daily operations will focus on minimizing disturbances, protecting existing vegetation, and managing waste responsibly. Successful completion will require coordination with park management and compliance with local codes and regulations, ultimately aiming for an efficient and sustainable irrigation system that honors the site’s historical significance.
    The document outlines the project specifications for the rehabilitation of the irrigation system at the John Muir National Historic Site, managed by the National Park Service. The project entails replacing a failing irrigation system that has been in place for 15 to 30 years, vital for maintaining the park's 9-acre historic landscape, including ornamental trees, orchards, and gardens. The new system will expand irrigation coverage to additional orchards. Work will be conducted under strict guidelines, including adherence to the National Historic Preservation Act and National Environmental Policy Act, which ensure minimal disruption to the site's public access and environmental integrity. The document details the project scope, including installation requirements, work phases, safety procedures, public interaction protocols, and environmental protection measures. It emphasizes contractor responsibilities regarding potential cultural resource discoveries and mandates quality control through accurate documentation and compliance with local regulations. The contract encompasses the execution, closeout procedures, and necessary submittals, aiming to enhance the historic landscape while ensuring safety and compliance throughout the project timeline.
    The document is an amendment (140P8525Q0015 Amendment 0001) related to a government solicitation process. Its primary purpose is to update the specifications of the solicitation and to provide responses to Requests for Information (RFIs) accumulated during the solicitation period. The amendment replaces the initial attachment with revised specifications dated April 24, 2025, which include new details on archaeological monitoring and five pages of schematic drawings. Importantly, the closing date for submissions remains unchanged as May 15, 2025, at 12:00 PM PDT. Additionally, information on the solicitation has been updated on SAM.gov to reflect these changes, indicating a structured approach to maintaining accurate solicitation documentation. The amendment underscores the necessity for contractors to acknowledge receipt of changes in a timely manner to ensure that their offers are considered valid. Overall, this amendment reinforces the government's commitment to transparency and clarification during the bidding process.
    The document outlines an amendment (Amendment 0002) to solicitation number 140P8525Q0015, issued by the Department of the Interior's National Park Service. Its primary purpose is to correct a discrepancy in the solicitation regarding the requirement for offer guarantees. Specifically, the amendment clarifies that an offer guarantee is indeed required, contrary to the previous statement in the solicitation. Furthermore, the closing date for submissions remains unchanged, set for May 15, 2025, at 12:00 PM PDT. The document instructs contractors on how to acknowledge receipt of the amendment and emphasizes that failure to do so may result in rejection of their offers. It retains all other terms and conditions of the solicitation unchanged. This amendment is important for ensuring compliance with federal contracting regulations and maintaining clarity in the RFP process.
    This document serves as Amendment 0003 to solicitation number 140P8525Q0015, aimed at notifying interested parties of an extension to the solicitation closing date. The original deadline of May 15, 2025, at 12:00 PM PDT has been adjusted to May 19, 2025, at 12:00 PM PDT. Offerors are advised to acknowledge receipt of this amendment to avoid rejection of their offers. They can do so by either signing copies of the amendment, acknowledging it in their submissions, or through separate electronic communication referencing the solicitation details. The document reinforces the requirement for compliance with updated timelines while maintaining all original terms and conditions of the solicitation. The extension is designed to provide offerors additional time to prepare their proposals.
    The Department of the Interior, National Park Service (NPS), is issuing a Request for Quotation (RFQ) for the replacement of the irrigation system at the John Muir National Historic Site. This project, designated as a sealed bid solicitation, is specifically open to Small Business concerns, adhering to the North American Industry Classification System (NAICS) code 238220, with a size standard of $19 million. The estimated construction cost ranges from $100,000 to $250,000. Contractors must submit their proposals by May 15, 2025, at noon Pacific Standard Time, with inquiries directed to Contracting Officer Brian Roppolo. The contract will require performance and payment bonds, and adequate past performance documentation is needed for evaluation. The project aims to ensure that contractors deliver mobilization, labor, materials, and site cleanup. All work must comply with Federal Acquisition Regulations, labor standards, and environmental considerations. The project timeline anticipates a performance period from June 1, 2025, through January 17, 2026, emphasizing a thorough evaluation process based on price, technical capability, and past performance to ensure quality outcomes.
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    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.
    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.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.