Bishop Campgrounds' Water Systems Great American O
ID: 140L1225R0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 7, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 7, 2024, 12:00 AM UTC
  3. 3
    Due Dec 10, 2024, 2:00 AM UTC
Description

The Bureau of Land Management (BLM) is seeking contractors for the modernization of water systems at Bishop Campgrounds in California under the Great American Outdoor Act (GAOA). The project involves replacing outdated solar panels and installing new equipment, including epoxy linings for drinking water tanks, to enhance water quality and ensure compliance with safety standards. This initiative is crucial for improving infrastructure at public campgrounds, promoting sustainability, and ensuring safe drinking water for visitors. Proposals are due by December 9, 2024, with a budget between $250,000 and $500,000, and interested parties can contact Samuel Bon at sbon@blm.gov for further information.

Point(s) of Contact
Files
Title
Posted
The Bureau of Land Management (BLM) is preparing a competitive solicitation for the replacement and modernization of drinking water systems at three campgrounds in California, funded by the Great American Outdoor Act (GAOA). The project aims to comply with Safe Drinking Water Act standards and includes replacing solar panels, supporting structures, and epoxy lining of storage tanks. Work is expected to take place over 60 days, beginning around June 1, 2025. The BLM will issue a Total Small Business Set-Aside solicitation in November 2024, with a contract value estimated between $250,000 and $500,000. Potential contractors must register in the System for Award Management (SAM) and will need to attend a site visit to fully understand project requirements. The contract will be awarded based on the best value to the government, adhering to Federal Acquisition Regulations. This notice does not create any obligation for the government nor cover proposal preparation costs.
The document outlines subject-specific wage determinations for construction projects in California under the Davis-Bacon Act, covering Inyo, Kern, and Mono counties. It specifies the applicable minimum wage rates for various labor classifications in building, heavy construction, dredging, and highway projects, as dictated by recent executive orders. The rates are contingent on the type of work and territory, including additional premium pay for specific military bases. The document provides detailed compensation structures for various trades, including electricians, laborers, and ironworkers, highlighting both wage rates and fringe benefits. Additionally, it emphasizes the need for contractors to submit requests for classifications not included in the wage determination. This wage determination ensures compliance with federal regulations and workers' rights, vital for contractors engaged in government-funded projects. Overall, the document serves as a critical resource for understanding wage requirements in federally funded construction contracts in California.
Nov 7, 2024, 3:07 PM UTC
The Bureau of Land Management (BLM) is initiating a project to modernize the water systems at Bishop Campgrounds (Tuttle Creek, Horton Creek, and Crowley Lake) in California under the Great American Outdoor Act (GAOA). The project aims to replace outdated infrastructure that poses maintenance challenges and does not meet Safe Drinking Water Act standards. Key tasks include replacing solar panels and mounting structures and installing epoxy linings in drinking water tanks to ensure safety and regulatory compliance. Works are planned to take place during operational months of the campgrounds while maintaining public access. The project schedule is set from January 1 to September 30, ensuring tasks address environmental sensitivities. The contractor will handle logistics, safety, and compliance with applicable federal and state regulation, including Environmental and Occupational Health standards. Final inspections by BLM will determine contract completion and enforce debris management protocols. This project seeks to improve water quality and reduce maintenance issues while adhering to environmental protections and safety standards, reflecting BLM's commitment to sustainable campground operations.
The document outlines Best Management Practices (BMPs) for protecting water quality in compliance with the federal Clean Water Act. It offers detailed guidelines spanning construction and reconstruction, surface drainage, cross drains, and general erosion control. Key practices include minimizing soil fill at stream crossings, employing sediment-trapping structures, designing roads to prevent water diversion, and ensuring drainage systems prevent sediment flow to sensitive areas. The BMPs emphasize preventive measures, such as identifying appropriate drainage techniques, maintaining unobstructed flow in culverts, and controlling erosion through various materials and methods. The purpose of this document is to provide contractors with best practices for water quality protection during construction and maintenance activities, promoting the responsible management of natural resources in accordance with federal regulations and local water quality standards.
Nov 7, 2024, 3:07 PM UTC
The document provides geographical information for three campgrounds—Tuttle Creek, Horton Creek, and Crowley Lake—identified by their geographical coordinates. Each campground is represented with a corresponding legend on a map, indicating nearby landmarks or facilities. Specifically, Tuttle Creek Campground is situated near Lone Pine, Horton Creek Campground is close to the Bishop Power Plant, and Crowley Lake Campground is near the Crowley Lake General Store. The document is structured to present the campgrounds clearly, each with its coordinates and map references. This information likely serves a purpose related to federal or state/local grant applications or RFPs, focusing on outdoor recreation or campground development projects. Overall, it functions as an essential resource for potential bidders or stakeholders in outdoor recreational planning and development, ensuring clarity regarding project locations.
Nov 7, 2024, 3:07 PM UTC
This document provides detailed maps and descriptions of drinking water facilities at three campgrounds: Tuttle Creek, Horton Creek, and Crowley Lake Campgrounds. Each map indicates the locations of essential components including backflow devices, campsites, drinking water lines, restrooms, and storage tanks, depicted through standardized legends. The Tuttle Creek and Crowley Lake maps also feature specific technical details regarding drainage and well systems. The primary purpose of these maps is to ensure the safe supply and management of potable water for campground use, highlighting the infrastructure necessary for compliance with health and safety regulations. This document serves as an essential reference for federal, state, and local entities involved in the management or enhancement of campground facilities, particularly in relation to drinking water systems. By providing vital information about the layout and operational components of water facilities, it aids in supporting future RFPs or grants aimed at improving or maintaining these campground infrastructures.
The document outlines a government Request for Proposals (RFP) for the installation of a new solar panel array and related equipment for three campgrounds in Lone Pine, CA. The contractor is tasked with removing existing solar panels and installing new Lorentz-compatible solar panels with a minimum power generation capacity of 1.44 kW per campground. The installation must ensure compatibility with existing well controllers and pumps. Additionally, the contractor must supply a double pole static ground mounting structure designed to withstand severe weather, including snow and wind loads, and must follow specified installation instructions. The project also includes the preparation and installation of an epoxy lining for above-ground drinking water tanks and requires compliance with strict safety and material standards, specifically ANSI/NSF Standard 61. Key requirements are outlined for valves and plumbing related to drinking water, including leak testing and warranty provisions for materials. This RFP emphasizes improving energy efficiency and water safety standards at public campgrounds, demonstrating the government’s commitment to sustainable infrastructure and public health.
The provided document outlines the technical specifications and operational details of solar-powered water pumping systems manufactured by Bernt Lorentz GmbH & Co. KG. It focuses on the LC120-12P high-efficiency PV module, which boasts features such as a reliable aluminum frame, efficient energy conversion, and advanced encapsulation technologies. The document specifies electrical data, including peak power and current performance under various conditions, and highlights applications for water pumping and purification in remote settings. Additionally, it details the PS2 series of centrifugal solar pump systems designed for diverse applications like drinking water supply and irrigation. These pumps boast long service life, high efficiency, and a modular design for ease of maintenance. The pumps utilize brushless DC motors and MPPT technology to maximize solar energy use. The document serves to provide potential government buyers with essential information pertinent to RFPs and grants related to renewable energy solutions in water management. The emphasis is on the reliability, efficiency, and environmental benefits of solar-powered water systems, which align with government initiatives towards sustainability and clean energy resources.
Nov 7, 2024, 3:07 PM UTC
The document outlines a pricing schedule for work deliverables related to various projects at different campgrounds, specifically focused on solar panel replacements and tank modifications. The items listed include operations at Tuttle Creek, Horton Creek, and Crowley Lake campgrounds, with each task categorized under mobilization, solar panel replacement, and tank modifications. Each of these tasks is represented as a line item with a specified unit, a unit of measure, and a total cost column, which currently shows no financial figures populated. The purpose of this pricing schedule is to provide a structured breakdown of anticipated costs associated with the solar energy improvements and infrastructure upgrades at multiple campground locations, indicating a broader initiative aimed at enhancing sustainability and operational efficiency. The framework presented aligns with federal and state RFPs for funding and grant applications, highlighting the commitment to advancing renewable energy solutions within public facilities.
Nov 7, 2024, 3:07 PM UTC
The Bureau of Land Management's Photo Log documents solar panel installations and related infrastructure at various campgrounds, primarily focusing on Tuttle Creek, Horton Creek, and Crowley Lake. The log includes images showcasing solar panels, wellheads, tank piping, and associated components such as concrete foundations and specifications for individual panels and circuit breakers. Key details highlight the typical distances between solar installations and tanks, as well as features like valve boxes, ladders, and drainage systems. This file serves to illustrate the current state and specifications of solar energy infrastructure, emphasizing the Bureau's commitment to renewable energy solutions in managing public lands. The documentation is likely part of a broader initiative linked to federal RFPs and grants aimed at enhancing sustainability and operational efficiency within these campgrounds.
Nov 7, 2024, 3:07 PM UTC
The solicitation numbered 140L1225R0001 issued by the Bureau of Land Management focuses on the construction, alteration, and repair of water systems at Bishop Campgrounds under the Great American Outdoor Act (GAOA). The contract is a firm fixed-price type with a performance period slated from January 1, 2025, to September 30, 2025, and it has a budget magnitude between $250,000 and $500,000. Proposed works include labor, materials, and equipment for the repair or alteration of campground water systems in Inyo and Mono Counties, California. Offerors must submit proposals by December 9, 2024, and the selection will follow the Lowest Price Technically Acceptable (LPTA) methodology. The document outlines several safety, quality control, and contractual requirements, including clauses related to inspections, amendments, and licensing. Contractors are expected to manage compliance with federal laws, including the Buy American Act, and maintain a commitment to ensuring the preservation of any historical or archeological findings during construction activities. Overall, this solicitation aims to enhance recreational facilities while ensuring adherence to safety and regulatory standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--D-B GAOA CAHUILLA RANGER STATION REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for the replacement of the Cahuilla Ranger Station located in Brawley, California. The project entails designing and constructing a new facility of approximately 10,000 to 12,500 square feet, which will accommodate administrative offices, visitor reception, law enforcement, and emergency medical services, alongside the demolition of existing structures and comprehensive site development. This initiative underscores the federal government's commitment to enhancing services within public lands while promoting small business participation, as the contract is a Total Small Business Set-Aside with a solicitation expected in April 2025 and a project duration of 1,006 calendar days post-award. Interested bidders must register on Sam.gov and can contact Greetchen Jeremie at gjeremie@blm.gov or 303-236-2626 for further information.
BLM-WY-GRAY WALL LIVESTOCK WATER WELL
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The project involves drilling a well to a depth of approximately 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards, and includes the installation of necessary casing and gravel packing. This initiative is crucial for enhancing water resource management, particularly for agricultural use in the region. Interested contractors must ensure active registration in the System for Award Management (SAM) and submit their quotations by May 30, 2025, following a site visit on May 14, 2025. The estimated budget for this project ranges from $10,000 to $25,000, and inquiries can be directed to Huong Le at hle@blm.gov.
AVFC HOT WATER REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of hot water heaters at the Apple Valley Fire Center in California, under the project titled "AVFC Hot Water Replacement." The project entails removing the existing 100-gallon water heater and installing two new tankless models, along with necessary gas and water lines, to ensure efficient hot water service. This initiative is part of a broader effort to enhance infrastructure and service quality while adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by May 9, 2025, with an optional site visit scheduled for April 22, 2025, and questions regarding the RFQ due by April 25, 2025. For further inquiries, contractors can contact John Cabral at jcabral@blm.gov or call 707-438-5293.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
B--NWOD WATER AND WASTEWATER
Buyer not available
The Department of the Interior's Bureau of Land Management (BLM) is seeking proposals for a firm-fixed-price contract related to water testing and wastewater treatment services at the Shotgun Creek Recreation Site in Oregon. The procurement aims to ensure the operation and maintenance of a small sewage treatment facility that utilizes recycled water for irrigation, alongside comprehensive potable water testing at 16 designated locations in Northwest Oregon. This initiative is critical for maintaining environmental standards and public health safety, as it involves compliance with state regulations and the implementation of a Recycled Water Use Plan that emphasizes sustainable waste management practices. Interested parties can contact Kevin Cochran at kjcochran@blm.gov or (503) 808-6739 for further details, with proposals due in accordance with the specified solicitation timeline.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a new moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified deadline and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the GAOA Forest Wide Toilet Replacement and Installation project within the Beaverhead-Deerlodge National Forest in Colorado. The project involves the removal and replacement of existing vault toilets at various recreation sites, including tasks such as site clearing, constructing access paths, and installing new facilities. This initiative is crucial for maintaining the quality of recreation areas and ensuring visitor safety and comfort. The estimated contract value ranges between $1,000,000 and $5,000,000, with work expected to commence around June 1, 2025, and conclude by November 1, 2027. Interested contractors must register in the System for Award Management (SAM) and provide a Bid Bond with their proposal, while inquiries can be directed to Paula Sales or Lisa Rakich via their respective emails.
Y--WRST 248940 - Deficient Water Treatment System
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a deficient water treatment system at the Glennallen Facility within Wrangell St. Elias National Park and Preserve in Alaska. The project involves comprehensive construction activities, including the demolition of the existing facility, construction of a new water treatment building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to park operations and compliance with federal and state regulations. This initiative underscores the government's commitment to enhancing public infrastructure and environmental stewardship. Interested contractors must submit their proposals by April 23, 2025, at 12:00 pm AKT, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
Trailer Asphalt Shingle Roof Replacement - Battle
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of the asphalt shingle roof on a trailer located at the Air Tanker Base in Battle Mountain, Nevada. The project involves the complete removal of the existing roofing materials and installation of a new roofing system, including gutters, with a focus on compliance with local and federal building codes and environmental sustainability. This procurement is set aside for small businesses, with a budget of under $25,000, and requires contractors to submit their quotes by April 30, 2025, following a site visit on April 16, 2025. Interested parties can contact Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420 for further details.
Y--SALMON CREW QUARTERS CONSTRUCTION
Buyer not available
The Bureau of Land Management (BLM) is seeking a Design Build Contractor (DBC) for the construction of Crew Quarters in Salmon, Idaho, under Solicitation Number 140L0625R0009. The project aims to develop a fully functional facility on federal land, requiring comprehensive coordination with utility providers, with an estimated cost ranging from $1,000,000 to $5,000,000 and a construction duration of two years following the notice to proceed. This initiative is crucial for enhancing workforce support infrastructure in the region. The Request for Proposals (RFP) is expected to be issued in April 2025, with proposals due approximately 30 days later; interested small businesses must have a Unique Entity ID and an active System for Award Management profile. For further inquiries, contact Kassandra Hicks at khicks@blm.gov or call 918-679-4674.