J--Bishop Campgrounds' Water Systems Great American Outdoor Act (GAOA)
ID: 140L1225R0001Type: Presolicitation
AwardedJan 7, 2025
$247.3K$247,292
AwardeeBAD QUAIL 7217 SADDLEBACK RD Joshua Tree CA 92252 USA
Award #:140L1225C0001
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 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 The project involves replacing outdated solar panels and installing new equipment, including epoxy linings for drinking water tanks, to enhance water quality and ensure compliance with safety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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    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.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    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.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.