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
    Loading similar opportunities...