REPLACEMENT OF IRRIGATION PUMPS/MOTORS
ID: 140P8125Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

INSTALLATION OF EQUIPMENT- PUMPS AND COMPRESSORS (N043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 5:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of irrigation pumps and motors at Katherine's Landing within the Lake Mead National Recreation Area. The project entails supplying and installing two new pump and motor assemblies that comply with specified performance standards and existing infrastructure, with a mandatory 24-hour test run for each pump prior to the second installation to ensure operational continuity. This initiative is crucial for maintaining the park's water treatment systems and adhering to NSF standards for drinking water. Interested small businesses must submit their proposals by March 27, 2025, and are required to attend a site visit on April 8, 2025. For further inquiries, contact Michelle Harrison at Michelle_A_Harrison@nps.gov or call 760-367-5517.

Point(s) of Contact
Harrison, Michelle
(760) 367-5517
(770) 528-8399
Michelle_A_Harrison@nps.gov
Files
Title
Posted
Mar 27, 2025, 11:04 PM UTC
The Lake Mead National Recreation Area is calling for bids to replace two irrigation pump and motor assemblies at the Katherine Landing Drinking Water Facility. The project requires the contractor to supply and install pumps that meet specified performance standards, ensuring compatibility with existing electrical systems and plumbing. New pumps must undergo a 24-hour test run individually before the second installation to maintain continuous operation of the facility. Compliance with NSF standards for drinking water is mandatory, and contractors must provide daily progress reports, photographic documentation, and adherence to installation schedules. The contract timeline is set from May 12, 2025, to October 15, 2025. Additionally, a qualified superintendent with a minimum of five years of relevant experience must supervise the project. The scope encompasses supply, installation, and compliance with specific pump and motor specifications, ensuring a functional and efficient water treatment system for the National Park Service. This RFP reflects the government’s focus on maintaining vital infrastructure while adhering to regulatory requirements and operational continuity.
Mar 27, 2025, 11:04 PM UTC
The National Park Service (NPS) has issued a Request for Proposal (RFP) for a firm fixed-price contract concerning the replacement and installation of irrigation water treatment pumps and motors at Lake Mead National Recreation Area. This solicitation is solely for small businesses, classified under NAICS code 221310, with a size standard of $41 million. Key elements of the proposal include a due date of March 27, 2025, and a mandatory site visit scheduled for April 8, 2025. Offerors must demonstrate pertinent experience, including project narratives, qualifications of key personnel, and past performance references. Bidders are required to submit a comprehensive quote that reflects compliance with the Statement of Work (SOW) and includes various documentation such as signed acknowledgement of solicitation, technical narratives, resumes for key personnel, and a detailed price schedule. The evaluation for awarding the contract will be based predominantly on price and the technical approach to project management. The contractor is mandated to follow regulations concerning the prevention and management of environmental hazards and ensure the use of sustainable products in accordance with federal guidelines. The summary emphasizes the importance of meeting the outlined submission criteria to be considered for contract award and the overall goal of improving the park's irrigation systems.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
PARKWIDE VFD REPLACEMENT
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of Variable Frequency Drives (VFDs) at the Lake Mead National Recreation Area's water treatment facilities. The project involves the installation of 16 new VFDs and the provision of 16 spare units, ensuring compatibility with existing systems and adherence to NFPA 70 standards, with a focus on minimizing downtime during installation. This initiative is crucial for maintaining operational efficiency in the park's water treatment systems while complying with federal regulations and environmental stewardship. Interested small businesses are encouraged to contact Caleb Overbaugh at caleboverbaugh@nps.gov for further details, with the project expected to be completed between May 12, 2025, and November 10, 2025, under a total small business set-aside with a ceiling of $12.5 million in annual gross receipts.
REPLACE SUBMERSIBLE SS WELL PUMP
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of a submersible stainless steel well pump at Fort Pickens in Pensacola Beach, Florida. The project involves the removal of the existing pump and motor, followed by the installation of a new Grundfos 230S150-4 or equivalent pump, with an estimated project cost between $25,000 and $100,000. This procurement is crucial for maintaining the potable water supply for park visitors and employees, ensuring compliance with safety and operational standards. Interested contractors must submit their RFQ responses via email to Andre Ward by 1 PM on April 10, 2025, and must have an active SAM registration to be eligible for contract award.
Vault Toilet Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from qualified small businesses for a five-year contract to provide vault toilet pumping services near the Hoover Dam in Boulder City, Nevada. The contractor will be responsible for managing, laboring, and transporting all necessary equipment to pump and maintain seven vault toilets at three designated locations, ensuring they are emptied to capacity and ready for public use, with specific service hours outlined for each site. This contract is crucial for maintaining public sanitation and compliance with health regulations, emphasizing the importance of timely and efficient service. Interested contractors must submit their proposals electronically via SAM.gov by April 21, 2025, with the contract performance period commencing on April 1, 2025, and lasting until April 30, 2030. For further inquiries, contact Gilbert Mincey at gmincey@usbr.gov or call 702-293-8581.
Grand Canyon River Mission 25-SRM022
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to participate in the Grand Canyon River Mission 25-SRM022 project, which focuses on the translocation monitoring of Colorado River Humpback Chub and Razorback Sucker, as well as non-native fish surveillance within Grand Canyon National Park. The objective of this procurement is to ensure effective environmental management and species preservation, requiring vendors to provide necessary labor, materials, and services. This initiative underscores the federal government's commitment to environmental stewardship and collaboration with small businesses in fulfilling essential conservation projects. Interested parties must submit their quotes by April 9, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
Y--Construction of Power Line
Buyer not available
The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line in Topock Marsh, Mohave County, Arizona, with a focus on installing around 150 utility power poles. This project, designated as a total small business set-aside under NAICS Code 237130, aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge, including powering pump motors and maintenance facilities. The estimated construction cost ranges from $1 million to $5 million, and contractors are required to comply with safety, environmental, and labor regulations, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals by the specified deadlines, with a site visit scheduled for March 27, 2025, and inquiries directed to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
CLEANING/INSPECTION OF PARK WATER TANKS FOR FORT P
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a qualified contractor for the cleaning and inspection of water tanks at Fort Pulaski National Monument. The project involves cleaning one 10,000-gallon tank and one 15,000-gallon tank, adhering to ANSI/AWWA C652-11 standards, and ensuring water safety through bacteriological testing, all without the use of chemicals. This procurement is crucial for maintaining safe potable water supply systems within the park, reflecting the government's commitment to public health and safety. Interested small businesses must submit their proposals by the specified deadline, with a performance period concluding on May 30, 2025, and can contact Tara Clark at TaraClark@nps.gov or 662-372-0363 for further details.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
J--LMDT DEWATERING WELLS & PUMPS MAINTENANCE
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is preparing to issue a Request for Quotation (RFQ) for maintenance services on dewatering wells and pumps located at the Leadville Water Treatment Plant in Colorado. The procurement involves biennial maintenance of two dewatering pumps, annual maintenance for a third pump, and cleaning and inspection of well screens, allowing contractors to bid on maintenance for the wells, the pumps, or both. This initiative underscores the Bureau's commitment to maintaining critical water management infrastructure, with the solicitation expected to be posted on April 7, 2025, and bids due by May 7, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Steven Stone at sstone@usbr.gov.
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.
EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation is seeking quotations for the refurbishment or replacement of a 500 GPM Sump Pump and the installation of new basket strainers for two 6000 GPM pumps at the Mt. Elbert Powerplant in Leadville, Colorado. The procurement aims to restore reliable sump functionality to maintain appropriate water levels within the facility, ensuring operational reliability and compliance with safety and quality standards. This opportunity is set aside for small businesses under NAICS code 333914, with a firm fixed-price contract anticipated, and quotes are due by May 11, 2025. Interested offerors must be registered in SAM.gov and are encouraged to contact Terra Warren at twarren@usbr.gov for further details.