J--LAKE25-101-CC LIFT STATION PUMP REPAIR
ID: 140P8125Q0031Type: Solicitation
AwardedJun 13, 2025
$17.6K$17,600
AwardeeR.B. NATIONAL, LTD. CO. 6814 COUNTY ROAD 707 Brazoria TX 77422 USA
Award #:140P8125P0022
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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 Cris_Stubitz@nps.gov or by phone at 702-293-8940.

    Point(s) of Contact
    Files
    Title
    Posted
    The project involves the repair and rebuilding of two Grundfos sewer lift station pumps owned by the National Park Service (NPS). The contractor is responsible for cleaning, disassembling, and repairing broken components, replacing mechanical seals, reassembling the pumps, installing new wiring if needed, and testing them for proper operation. The NPS will handle the transportation of the pumps to and from the contractor within 350 miles of their Boulder City, NV warehouse. In case additional repairs are identified during the work, the contractor must promptly notify the Contracting Officer's Representative (COR) and Contracting Officer (CO) and provide a quote for further repairs. This initiative reflects the NPS's commitment to maintaining essential infrastructure in a safe and effective condition.
    The document is a Wage Determination issued by the U.S. Department of Labor's Wage and Hour Division, outlining minimum wage rates and fringe benefits for various occupations under the Service Contract Act (SCA) in Clark County, Nevada. It specifies that contracts awarded on or after January 30, 2022, fall under Executive Order 14026, which mandates a minimum wage of $17.75 per hour for covered workers. Older contracts may refer to Executive Order 13658, which establishes a lower rate of $13.30 per hour. The document lists wage rates for numerous job classifications, detailing specific pay rates alongside required fringe benefits. It further explains requirements regarding paid sick leave, vacation, and holidays for federal contractors, as well as conditions for uniform and hazardous pay. The SCA's intent is to ensure fair compensation and working conditions for employees servicing government contracts. The detailed classification system helps maintain compliance with federal labor regulations during contract performance.
    The National Park Service is soliciting bids for the refurbishing of the Cottonwood Cove Lift Station pumps under Solicitation #140P8125Q0031, classified as a total small business set aside. The contract will be awarded through a Request for Quotation (RFQ) primarily based on pricing as stated in the Federal Acquisition Regulations (FAR). Offerors must provide detailed quotes via email and ensure registration in the System for Award Management (SAM). The solicitation includes various FAR clauses which the contractor must adhere to, alongside specific contracting regulations involving telecommunications and labor standards. Compliance with additional requirements, such as electronic invoicing through the Invoice Processing Platform (IPP) and liability insurance, is mandated. Notably, the use of All-Terrain Vehicles (ATVs) is prohibited on National Park Service lands, while Utility Terrain Vehicles (UTVs) are permitted. This project reflects the government’s commitment to maintaining the operational efficiency of national recreation areas while supporting small business participation and compliance with federal standards.
    This document details Amendment 1 to solicitation number 140P8125Q0031, clarifying questions related to the repair of two pumps. The amendment specifies that acknowledgment of receipt is required to avoid rejection of offers and outlines how changes to existing offers can be submitted. Key details include concerns about seal failures in the pumps, with one requiring a new control wire due to prior damage. The document notes that no maintenance records are available but the anticipated drop-off for repairs can occur once a contract is awarded, with a turnaround time of 3-6 weeks. Additionally, it defines a performance period from July 8, 2025, to August 8, 2025. Quotes must be submitted via email to the specified National Park Service contact. This amendment is significant for contractors interested in providing repair services, indicating logistical timelines and procedural requirements as part of the solicitation process in a government contracting context.
    The document outlines a Request for Proposal (RFP) from the National Park Service (NPS) for maintenance and repair services for lift station pumps at Lake Mead, Nevada. The solicitation number is 140P8125Q0031, with a due date for offers set for June 6, 2025. The project involves adhering to specified performance standards within the scope defined by the Statement of Work and aims to ensure operational efficiency of equipment outlined under the Product/Service Code J043. The anticipated delivery period spans from July 8, 2025, to August 8, 2025. The offering includes several blocks for the contractor to complete, detailing payment terms and necessary administrative conditions. There is a focus on adhering to federal acquisition regulations, including provisions for small businesses and veteran-owned enterprises. Interested parties are instructed to submit quotes electronically to the designated contact, ensuring clarity on the contractual and compliance requirements. Overall, the RFP signifies the government's initiative to maintain essential service equipment, underlining its importance to infrastructure management and operational readiness.
    Lifecycle
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This 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 visitor centers, with a capacity of up to 60,000 gallons per day. The contract encompasses a comprehensive scope of work, including demolition, civil and landscaping work, and the construction of multiple buildings, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    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.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    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, Wyoming. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the construction of new structures and the demolition of existing ones, 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, at 2:00 PM MT. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.