J--LAKE25-101-CC LIFT STATION PUMP REPAIR
ID: 140P8125Q0031Type: Solicitation
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
    Title
    Type
    Solicitation
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    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
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    J--WASH RACK MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the maintenance of the wash rack electric pressure washer and water recycle system at Hoover Dam in Boulder City, NV. The procurement aims to ensure that the system is maintained to factory specifications through a series of inspections, tests, and routine maintenance tasks, which include checking various components such as pumps, sensors, and sludge removal systems. This maintenance is crucial for the operational efficiency and environmental compliance of the facility. Interested firms are invited to submit their capability statements by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, including their Unique Entity ID and relevant qualifications.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), 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 work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    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 plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, specifically 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) agreement, with a completion timeline of 390 calendar days and provisions for liquidated damages for delays. Interested contractors should contact Edwin Berry at edwinberry@contractor.nps.gov or 303-969-2288 for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    633 CES Refurbish 3 Pumps in Main Lift Station
    Buyer not available
    The Department of Defense, through the 633rd Contracting Squadron at Langley Air Force Base, is soliciting quotes for the refurbishment of three pumps in the Main Lift Station. The project aims to restore full operational capacity to the sewage lift station, which currently has only one of its three pumps functioning, by providing comprehensive diagnostic testing and necessary repairs or replacements. This procurement is critical for maintaining effective waste management services at the facility, ensuring compliance with environmental standards and operational efficiency. Quotes are due by 4:30 PM Eastern Time on December 8, 2025, and must be submitted via email to the primary contacts, Vanity Wright and Emoni Bright. Interested contractors must be registered with SAM.gov and adhere to the outlined requirements, including wage determinations and safety protocols.