J--Bishop Campgrounds' Water Systems Great American Outdoor Act (GAOA)
ID: 140L1225R0001Type: Presolicitation
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)
Timeline
    Description

    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit bids 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 ensure compliance with Safe Drinking Water Act standards and includes tasks such as replacing solar panels, supporting structures, and epoxy lining of storage tanks. This initiative is crucial for maintaining safe and reliable water access for campground visitors, enhancing the overall outdoor experience. The BLM plans to issue a Total Small Business Set-Aside solicitation in November 2024, with an estimated contract value between $250,000 and $500,000, and work is expected to commence around June 1, 2025. Interested contractors should contact Samuel Bon at sbon@blm.gov for further details and must register in the System for Award Management (SAM) to participate.

    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    Z--Reclamation - Interior Region 10 California - Great Basin (CGB) Region has a ne
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is preparing to solicit proposals for the construction project titled B.F. Sisk Dam Safety of Dams Modifications, Phase II, located near Los Banos, California. This project, with an estimated budget ranging from $250 million to $500 million, involves a three-year performance period and includes tasks such as constructing shear keys, berms, drainage zones, developing quarry sites, and installing necessary infrastructure and instrumentation. The solicitation is expected to be released as a Request for Proposal (RFP) around November 12, 2024, with proposals due by January 13, 2025, and will be awarded based on the best value proposal to all responsible sources, with a Small Business size standard set at $45.5 million. Interested contractors should register in the System for Award Management (SAM) and can direct inquiries to the primary contact, Roxana Ahola, at rahola@usbr.gov.
    Z--ORPI 240841 Replace Primary Water System for Maint
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the primary water system at the Organ Pipe Cactus National Monument in Ajo, Arizona. This project involves significant upgrades to the existing water distribution infrastructure, which currently utilizes outdated asbestos-cement piping, and includes the installation of a new 100,000-gallon potable water tank, along with associated infrastructure improvements. The initiative is crucial for ensuring a reliable water supply for maintenance and residential areas within the park, enhancing both operational efficiency and visitor experience. Interested small businesses must submit their proposals by October 31, 2024, with a project completion timeline of 390 calendar days post-award. For further inquiries, potential bidders can contact Joy Ewalt at JoyEwalt@nps.gov or by phone at 720-400-3897.
    127EAW25R0001 - Plumas NF Lookouts Restrooms
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through the Forest Service, is issuing a pre-solicitation notice for Request for Proposal (RFP) 127EAW25R0001, aimed at small businesses registered in the System for Award Management (SAM). The project involves decommissioning nine existing restroom facilities and constructing eight new restrooms at various lookout points within Plumas National Forest, located in Plumas and Yuba Counties, California. This initiative is part of the USDA's commitment to enhancing visitor facilities while adhering to environmental standards and historic preservation requirements. The estimated project cost ranges between $500,000 and $1,000,000, with the solicitation expected to be posted on SAM.gov around November 7, 2024. Interested contractors are encouraged to register on the beta SAM website and may contact Gregory Cunningham at gregory.cunningham@usda.gov or (530) 575-7569 for further information.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Z--Teton Dam 50th Commemoration Overlook Project
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified small businesses for the Teton Dam 50th Commemoration Overlook Project, which involves the construction of a new concrete overlook and associated site improvements in Fremont County, Idaho. The project includes demolishing the existing asphalt overlook, installing a new restroom building, picnic tables, and various site enhancements such as guardrails and informational kiosks. This opportunity is significant as it aims to enhance visitor experience and commemorate the historical importance of the Teton Dam. The estimated contract value ranges from $1,000,000 to $5,000,000, with the solicitation expected to be issued in November 2024. Interested contractors should contact Jason Baldwin at jbaldwin@usbr.gov or by phone at 208-378-6217 for further information.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is preparing to solicit proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of approximately 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    Y--OT-CA-T28 WCMPWB UNIVERSAL ACCESSIBILITY
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the Universal Accessibility Project in Oklahoma, aimed at enhancing accessibility at various recreational facilities. The project involves construction activities such as improving boat ramps, RV sites, day use areas, and campground facilities, with a strong emphasis on compliance with the Americans with Disabilities Act (ADA). This initiative is crucial for advancing inclusivity in public spaces, allowing greater access for individuals with disabilities. Interested businesses, particularly small and disadvantaged enterprises, are encouraged to submit their capability statements by October 25, 2024, with project budgets estimated between $1 million and $5 million. For further inquiries, contact Mitchell Frost at mfrost@usbr.gov.
    Z--THRO NU Juniper Campground Water Renovations
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is preparing to solicit bids for the renovation of the water system at the Juniper Campground located in Theodore Roosevelt National Park, North Dakota. The project involves the demolition of the existing water storage system, installation of a new above-ground reservoir, and replacement of sections of the water main impacted by river encroachment. This initiative underscores the government's commitment to enhancing infrastructure and resource management within national parks, with a contract value estimated between $250,000 and $500,000. Interested bidders should note that a pre-bid site visit will be conducted prior to the submission deadline, and project documents are expected to be published around November 8, 2024. For further inquiries, contact Joan Brzezinski at joanbrzezinski@nps.gov or call 605-574-0515.
    46--Portable Water Filtration System
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for a portable water filtration system as part of its acquisition planning process. The requirement includes a diesel-driven pump trailer capable of self-priming and discharging at least 2400 gallons per minute, along with a self-contained filtration system that filters to 50 microns and features a mechanical self-cleaning system. This equipment is crucial for ensuring efficient water purification in various operational contexts. Interested firms must submit their capability statements and relevant information by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, referencing the number DOIRFB0240038 in the subject line.