CNWR & CVCA Irrigation and Maintenance
ID: 140R3026R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is soliciting proposals for Irrigation and Maintenance Services at the Cibola National Wildlife Refuge (CNWR) and Cibola Valley Conservation Area (CVCA). This opportunity is a Total Small Business Set-Aside, aimed at providing essential services such as irrigation system repair, site maintenance, and agricultural field preparation over a five-year period from February 1, 2026, to January 31, 2031. The contract, with a maximum cumulative value of $3 million and a guaranteed minimum of $3,000, supports the Lower Colorado River Multi-Species Conservation Program and is critical for maintaining vital habitats. Interested contractors must submit their proposals electronically by January 20, 2026, and can direct inquiries to Kathleen Berry at kberry@usbr.gov or by phone at 702-293-8460.

    Point(s) of Contact
    Berry, Kathleen (Kathy)
    (702) 293-8460
    702293
    kberry@usbr.gov
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal services contract for farming, irrigation, maintenance, and support services at the Cibola National Wildlife Refuge Unit #1 (CNWR) and Cibola Valley Conservation Area (CVCA) in La Paz County, Arizona. The contract supports the Lower Colorado River Multi-Species Conservation Program (LCR MSCP) by maintaining 5,490 acres of cottonwood-willow and 1,320 acres of honey mesquite habitat. Key tasks include irrigation and water delivery, irrigation system repair, site maintenance (roads, dust control, field borders), and farming practices such as field preparation, grubbing, cover crop management, and furrow creation. The contractor must provide all necessary personnel, equipment, and materials, adhering to specific performance standards and quality control measures. The contract is a five-year Indefinite Delivery/Indefinite Quantity type, with performance anticipated from January 2026 to December 2031.
    The SAM.gov Wage Determination No. 2015-5479, Revision No. 28, outlines minimum wage rates and benefits for service contracts in La Paz County, Arizona, effective July 8, 2025. It details compliance requirements for Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), which mandate minimum wages for covered workers, adjusted annually. The document specifies fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. It also provides wage rates for numerous occupations, from administrative support to technical roles, and clarifies exemptions for computer employees. Hazardous pay differentials for ordnance work and uniform allowance guidelines are included. A conformance process is outlined for unlisted job classifications, ensuring fair compensation. This determination is crucial for federal contractors to ensure compliance with labor laws.
    Solicitation No. 140R3026R0002, Attachment 3 – Price Schedule, outlines the estimated costs for Irrigation & Maintenance Services at CNWR and CVCA across a five-year performance period, from February 1, 2026, to January 31, 2031. The document specifies estimated annual quantities for various services, including irrigation, site and road maintenance, gopher trapping, agricultural field preparation, seed purchase and application, and utility fees for pump operations. It notes that quantities are estimates, not guaranteed, and the government reserves the right to adjust orders. The solicitation includes a guaranteed minimum dollar value over the five years, after which the government has no further ordering obligation. Certain items, like agricultural field prep, are fixed-price, while others, such as seed purchase and utility fees, are cost-reimbursement with
    The Bureau of Reclamation is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Irrigation & Maintenance Services at Cibola National Wildlife Refuge (CNWR) and Cibola Valley Conservation Area (CVCA). This 100% small business set-aside acquisition, under Solicitation No. 140R3026R0002, is for a 5-year ordering period starting February 1, 2026, with a maximum cumulative value of $3,000,000 and a minimum guarantee of $3,000. Proposals will be evaluated based on technical merit, which is more important than price. A site visit is scheduled for January 7, 2026, and written questions are due by January 13, 2026. Offers must be submitted electronically via email to kberry@usbr.gov, with attachments not exceeding 10MB.
    This government solicitation, Standard Form 1449, is for Women-Owned Small Business (WOSB) set-aside contracts for commercial products and services. It outlines the process for soliciting offers, awarding contracts, and administering payment. The document specifies that offers are due by January 20, 2026, at 1400 PS, and identifies the Bureau of Reclamation, Lower Colorado Region, as the issuing and administering office. It details requirements for contractors, including completing specific blocks on the form, and references Federal Acquisition Regulation (FAR) clauses. The solicitation includes a specific requirement for "Irrigation & Maintenance Services for Cibola National Wildlife Refuge (CNWR) and Cibola Valley Conservation Area (CVCA) IDIQ" with a period of performance from February 1, 2026, to January 31, 2031. The product/service code is F006 for Natural Resources/Conservation - Land Treatment Practices. The document also provides sections for recording receipt, inspection, and payment of goods or services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    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 water distribution system at Carlsbad Caverns National Park, identified as project CAVE 332397. This project aims to fully replace the aged and failing water infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for park operations and protect the caverns from potential leaks. The contract is a Firm-Fixed-Price (FFP) agreement with a completion timeline of 390 calendar days, and it includes provisions for archaeological monitoring and environmental protection due to the park's unique geological features. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 21, 2026, with inquiries directed to Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    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.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    S--2026 Stewart Lake Water Delivery - Deliver up to 1,000 acre-feet of water to St
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract to Burns Bench Irrigation Co. for the delivery of up to 1,000 acre-feet of water to the Stewart Lake Waterfowl Management Area in April 2026. This contract is essential for flushing the lake to mitigate elevated selenium levels resulting from Mancos shale formations, and Burns Bench Irrigation Co. is deemed the only viable source due to its existing infrastructure, making alternative methods impractical. The contract is authorized under Public Law 102-250 and Public Law 104-20, which support water delivery for salinity control in the Colorado River Basin. Interested parties may submit quotations for consideration, and for further inquiries, contact Kimberley Hervat at khervat@usbr.gov or call 801-524-3680.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    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 CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    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 construction work exceeding $10 million, focusing on the rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities such as headworks, bioreactors, and lift stations. The project is crucial for improving the park's wastewater management systems and ensuring compliance with environmental regulations. Proposals are due by January 30, 2026, and interested parties should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.