Z--YUMA AREA OFFICE ROOF REPAIRS
ID: 140R3025R0013Type: Sources Sought
AwardedSep 19, 2025
$1.9M$1,890,000
AwardeePAGE CORP 6333 SW SANTA FE LAKE RD Augusta KS 67010 USA
Award #:140R3025C0020
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for roof repairs at the Yuma Area Office (YAO), specifically targeting four buildings within the Yuma Desalting Plant complex. The project involves significant repairs, including the overlay of existing roofs with new single-ply membranes, addressing various flashings, and ensuring compliance with safety regulations, all to be completed within a 180-day performance period. This initiative is crucial for maintaining the operational integrity of the facilities, with an estimated contract value between $1,000,000 and $5,000,000, and is exclusively set aside for small businesses. Proposals are due by August 22, 2025, at 1:00 PM Pacific Time, and interested contractors should contact Diane Rodriguez at DLRodriguez@usbr.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document establishes reporting requirements for contractors concerning biobased products under service and construction contracts, as delineated in clause 52.223-2. A biobased product is defined as one deemed by the U.S. Department of Agriculture (USDA) to be significantly composed of biological materials, excluding food and feed. Contractors are mandated to report the types and dollar values of USDA-designated biobased products purchased during the previous government fiscal year, which runs from October 1 to September 30. The submission deadlines for reporting are set for October 31 annually throughout the contract duration and at the contract's conclusion. This reporting framework aims to promote transparency and accountability in the use of biobased products, encouraging sustainability in federal procurement practices. Overall, the document reflects a commitment to support environmentally friendly product sourcing within government contracts.
    The clause 52.223-23 outlines requirements for sustainable products and services in federal contracts, effective May 2024 with a deviation for February 2025. It defines key terms: "biobased product" refers to products with significant biological content as determined by the USDA, while "recovered material" pertains to waste materials diverted from solid waste. "Sustainable products and services" must fulfill specific qualifications, including those under EPA's procurement guidelines, ENERGY STAR certifications, and the USDA's BioPreferred program. Contractors are mandated to ensure the delivery and incorporation of sustainable products into government projects, with costs directly tied to the contract. The document emphasizes the importance of using environmentally friendly products and provides guidance through the Green Procurement Compilation for identifying compliant products and services. Ultimately, this clause reinforces the federal government's commitment to sustainability in procurement practices while encouraging contractors to align with these ecological standards.
    The U.S. Bureau of Reclamation's Yuma Area Office seeks to contract roof repairs for four buildings in the Yuma Desalting Plant (YDP) complex due to significant leaks impacting operations. The project aims to ensure the safety and functionality of the structures while maintaining full operational capacity during repairs, which are expected to take 180 days after the notice to proceed. Work includes overlaying the existing TPO roof with a new single-ply membrane, repairing various flashings, and installing safety features like anchors and walkway systems. The contractor must adhere to stringent safety and environmental regulations, prepare comprehensive plans for construction and safety, and respond to any arising health hazards. Additionally, the contractor is responsible for mobilization, debris removal, and proper disposal of hazardous materials. His qualifications and adherence to safety standards will be closely monitored by government personnel to ensure compliance throughout the project. This RFP demonstrates the government's commitment to maintaining infrastructure integrity and operational safety at the YDP.
    The document outlines the architectural plans for the Yuma Desalting Plant, a component of the Colorado River Basin Salinity Control Project managed by the U.S. Department of the Interior's Bureau of Reclamation. It includes detailed floor plans for the Switchyard Control Building, with specific measurements provided in both imperial and metric units. The blueprints detail various areas, including administrative and service sections, the battery room, and significant structural elements such as cable entry boxes and drainage systems. Safety warnings are reinforced throughout the plans, emphasizing the importance of safety measures during construction. Reference drawings are also listed, providing context for the project specifications. This document serves as a critical guideline for contractors participating in federal grants and RFP processes related to infrastructure development, ensuring compliance and adherence to regulatory standards in governmental projects. The clear layout and detailed annotations facilitate understanding and execution for builders and engineers involved in the project.
    Nicklaus Engineering, Inc. conducted an asbestos and lead-based paint inspection at 7301 Calle Agua Salada, Yuma, AZ. The comprehensive survey, adhering to regulatory standards and involving various analytical methodologies, revealed no asbestos-containing materials (ACM) or lead-based paint (LBP) on the site. Multiple samples were collected from suspect materials, including roofing and acoustical tiles, all of which tested negative for hazardous contents. The report outlines inspection limitations, procedures for sample collection and analysis using Polarized Light Microscopy (PLM) and X-Ray Fluorescence (XRF), and emphasizes that any unidentified materials encountered in future renovations should be evaluated by Nicklaus Engineering. Laboratory analyses were performed by Fiberquant Analytical Services, a certified lab, ensuring accuracy and compliance with federal environmental regulations. The findings support the safety and regulatory compliance for ongoing and future construction efforts at the facility.
    The document appears to be a corrupted or encoded file, making it difficult to extract coherent information or establish a clear topic. However, it likely relates to government RFPs, federal grants, and state and local procurement processes given its surrounding context. In standard RFP structures, key elements include the purpose of the solicitation, requirements for bidders, evaluation criteria, and submission guidelines. Typically, such documents aim to solicit proposals from vendors to supply goods or services needed by federal or state agencies, promoting transparency, competition, and compliance with government regulations. They may outline specific objectives of projects or funding opportunities, alongside important deadlines and eligibility criteria. Given the nature of RFPs and contracts, potential focus areas could include procurement processes, regulatory compliance, project specifications, or funding allocations for initiatives like infrastructure improvements or community programs. Ultimately, successful proposals must demonstrate an understanding of the government’s needs, reflect adherence to guidelines, and showcase the capability to deliver proposed solutions.
    The U.S. Department of the Interior's Bureau of Reclamation utilizes a Past Performance Questionnaire (PPQ) to evaluate firms under consideration for contracts. The PPQ collects detailed performance information about the firm, including project specifics like contract number, type, title, dates, and financials. Evaluators assess various aspects such as the firm’s client relationships, management of subcontractors, corporate integrity, work quality, schedule adherence, cost management, and compliance with labor and safety standards. Each criterion is rated on a scale from Outstanding (O) to Unacceptable (U). The questionnaire also includes queries about performance issues, customer satisfaction, and opportunities for the firm to respond to negative feedback. The feedback is compiled to inform future contract awards, with evaluators’ signatures and dates required for submission to the Bureau of Reclamation. This structured evaluation process is crucial for ensuring accountability and quality in contract fulfillment within government RFPs and grants.
    The Roof Leak Inspection Report conducted by the US Bureau of Reclamation evaluates the conditions of four buildings in the Yuma Area Office following a site visit on November 11, 2024. Each building's roofing systems are assessed for integrity and necessary repairs are identified. Building 1 (YAO Admin Office) has TPO roofing in fair condition; however, sealant degradation and expansion joint issues are noted, alongside isolated interior damage. Building 2 (Desalting Building) shows extensive deterioration of a BUR roofing system, exceeding its useful life, necessitating complete replacement for watertightness. Building 3 (YDP Admin Office) features an acrylic coating requiring maintenance, but slightly better conditions compared to the others. Building 4 (Switchyard Control) is reported to be in overall good condition except for a minor puncture noted. The report emphasizes preventive recommendations, with repair cost considerations and highlights the limitations of the findings, stressing that comprehensive inspections could uncover further latent moisture issues. This document serves as vital input for potential federal or state RFPs and grant considerations for addressing roofing maintenance and safety.
    The YUMA Area Offices have authored a Roof Leak Report for 2024 focusing on the Desalination Plant, detailing issues related to both TPO and BUR roof areas. The document outlines the presence of areas with exposed insulation and the location of satellite punctures, which contribute to leaks. Additionally, the report specifies the installation of metal vent hoods and anchor points as necessary interventions. The details are visually represented, albeit not to scale, indicating the approximate locations of these issues. The purpose of this report is to address and document the current roof conditions, ensuring proper maintenance and repairs are undertaken to mitigate leaks, thereby safeguarding the facility's operations. This aligns with the federal and state objectives of maintaining infrastructure through responsive grant applications and RFPs, reflecting a proactive approach towards facility management.
    This document outlines the repair procedures for thermoplastic roof membranes, specifically focusing on techniques for cutting and patching, installing penetration pockets, and addressing roof drains. It details the necessary tools and supplies, including hot-work gloves, compatible adhesives, and seam welders. The repair process involves assessing and preparing the damaged areas, followed by the removal of affected components and the installation of compatible replacements. Patching procedures require cleaning, air-drying, and hot-air welding to ensure a watertight seal. Additionally, methods for addressing roof drains include troubleshooting underlying drainage issues to prevent leaks. These procedures are crucial for maintaining the integrity and longevity of roofing systems, particularly in federal projects where compliance with standards and regulations is essential. Effective maintenance and repair are foundational to upholding safety and performance standards in installed roofing systems, demonstrating a commitment to responsible management of public assets and resources.
    The document outlines repair procedures for Built-Up Roof (BUR) membrane systems, specifically focusing on cutting, patching, and addressing issues with wall and base flashings. Key procedures include assessing water intrusion, preparing surfaces for patching, and adhering new materials to ensure watertight conditions. Tools and materials required for repairs involve gloves, saws, insulation boards, adhesives, and protective gear. Special attention is given to inspection processes, documentation of damages, and the importance of surface preparation for effective adhesion. The guide emphasizes the need for compliance with manufacturer instructions and safety precautions during repair work. This technical manual serves as a reference for contractors involved in maintenance and repair of roofing systems, ensuring proper methodology and adherence to standards. The procedures are relevant for federal, state, and local RFPs, emphasizing quality assurance and comprehensive installation practices for government projects.
    The GacoFlex A48 Series is a high-build acrylic roof coating designed to create a durable, elastomeric membrane for roof maintenance. It can be used on various surfaces, including aged asphalt and metal roofs, provided they are well-maintained. Notably, it allows for up to 80 mils of application and shows quick rain resistance. However, it is unsuitable for roofs prone to standing water or those made of certain materials, like asphalt shingles. The product features a high tensile strength of 204 psi and can elongate up to 385%, indicating flexibility and durability under extreme weather conditions. A critical requirement is ensuring the surface is sloped to prevent water pooling. The coating requires specific application conditions, including drying times and ambient temperatures, to achieve optimal performance. This document is positioned within the context of government requests for proposals (RFPs) and grants by addressing compliance, product specifications, and warranty terms, indicating a reliable solution for governmental roofing projects. Intended for project specifications, it underscores the need for qualified applicators and strict adherence to preparation and installation protocols to ensure the roof's long-term efficacy.
    The document outlines VELUX America LLC's offerings of dynamic dome skylights designed for commercial roofing applications, emphasizing their energy efficiency and safety features. Key elements include various types of fall protection, such as internal and external safety screens, and prefabricated curbs equipped with sturdy security screens. VELUX's skylights are engineered to enhance daylight in commercial spaces while adhering to stringent performance standards, including tests for water tightness, air leakage, and structural integrity. The product specifications detail material options, including polycarbonate and acrylic glazings, alongside robust aluminum frames, to ensure durability and maintain energy performance metrics. Furthermore, safety measures are consistent with OSHA standards, providing significant protection against falls. The document also aligns with related building code requirements and specifications pertinent to government RFPs, including compliance with the Buy American Act. The overarching purpose of this overview is to present VELUX's skylight systems as compliant, safe, and energy-efficient solutions for commercial roofing projects, while detailing installation practices, performance testing, and warranty provisions. This document serves as a technical specification for potential government contracts needing effective daylighting solutions.
    This document, Solicitation No. 140R3025R0013, provides critical clarifications and answers to questions regarding a government RFP, likely for a roofing or construction project. Key aspects addressed include the availability of potable water and electrical power on-site, the allowance and specifications for a temporary portable office trailer (including furnishing and government access), and the phased access for work on Buildings 3 and 4 due to different access points. The document also clarifies the contractor's responsibilities for providing their own hoses, connections, and extension cords, coordinating higher voltage electrical connections with a certified electrician, and ensuring safe working conditions while buildings remain occupied.
    The U.S. Bureau of Reclamation's Yuma Area Office (YAO) requires roof repairs for four buildings at the Yuma Desalting Plant (YDP) complex due to persistent leaks. The project, with a 180-calendar-day performance period, involves single-ply membrane roof overlay or full replacement, coating restoration, and installation of OSHA-compliant safety features like roof anchors and skylight screens. Specific repairs are detailed for each building, addressing various roof types and damages. The contractor must submit comprehensive plans for construction, safety, and waste management, adhere to strict safety regulations, and provide all necessary labor, materials, and equipment while ensuring the YDP remains operational.
    The document appears to be a compilation of text from multiple government RFPs, federal grants, and state/local proposals. However, due to extensive corruption and encoding issues throughout this file, it is challenging to extract coherent information. The primary focus is on reviewing and understanding various government funding opportunities, contract proposals, and criteria for application processes. These opportunities typically promote community development, infrastructure upgrades, public health initiatives, environmental sustainability, and other civic projects. Despite the document's corruption, the typical structure of government RFPs usually includes sections detailing objectives, eligibility requirements, submission guidelines, evaluation criteria, and funding amounts. A thorough analysis of the content aims to provide clarity on specific government initiatives and how they align with public needs and objectives. Clarity and accuracy in the summary of these proposals are essential to ensure effective communication to potential applicants and stakeholders involved in public sector projects.
    The document, Solicitation No. 140R3025R0013 / Amendment 0007, outlines the price schedules for the "Pumping Station at Topock Marsh" project. It details two optional schedules, each listing various supplies/services required, including bonds and insurance, mobilization/preparatory work, and specified repairs or replacements for multiple buildings. Building 1 has two options: a complete single-ply membrane roof overlay with a 20-year warranty (Optional Schedule 1) or a complete single-ply membrane roof replacement with a 30-year warranty (Optional Schedule 2). Both schedules include specified repairs for Building 2, Building 3 with a 20-10 year warranty, and Building 4 with a 10-year warranty. The document is structured to allow for the quotation of quantities, unit prices, and extended amounts for each item, culminating in a total price for each optional schedule. This file serves as a pricing framework for potential contractors bidding on the pumping station repair and renovation project.
    This government solicitation, 140R3025R0013, outlines the required format for pricing proposals related to roof repairs at YAO. Key instructions include a table of contents, an index cross-referencing the work statement to proposal terms and evaluation factors, and a list of all enclosures. The pricing proposal must align with the technical approach in Volume II and include a breakdown of proposed total and unit prices for each contract line-item number (CLIN) from Section B of the contract Schedule. Offerors are explicitly prohibited from including cost information in other proposal volumes. All monetary amounts must be expressed to the nearest whole dollar, with percentages to two decimal places. Electronic proposals are authorized via email to Diane Rodriguez at DLRodriguez@usbr.gov. Additionally, the document specifies that the Section B Mobilization and Preparatory Work schedule line item should not exceed 5 percent of the total proposed price, directing attention to clause WBR 1452.232-81 for payment details if this percentage is exceeded.
    Section M of Solicitation No. 140R3025R0013, titled "Roof Repairs at YAO," outlines the evaluation criteria for awarding a contract for roof repairs. The primary focus is on Factor 5: Price, which dictates that all proposed prices will be assessed for reasonableness and the absence of unbalanced pricing. The government will evaluate both Optional Schedule 1 and Optional Schedule 2, ultimately making an award decision based on the best value to the government. The award will be granted to either Schedule 1 or Schedule 2, indicating a competitive selection process where price is a critical determinant in securing the contract.
    This government file, Solicitation No. 140R3024R0003, details the requirements for roof repairs at YAO, and Solicitation No. 140R3025R0013 / Amendment 0005 outlines the price schedule for the Pumping Station at Topock Marsh project. The document specifies that offers will be considered for award only on the complete Price Schedule, and failure to comply with submission requirements may lead to technical unacceptability. It defines CLIN (Contract Line-Item Number) and LS (Lump Sum) and notes that performance and payment bonds are required for construction services exceeding $150,000, along with a bid guarantee. The Price Schedule includes line items for bonds and insurance, mobilization, and various roof repair/replacement services with specified warranty periods for different buildings, including optional additional work for Building 1.
    This government file, Solicitation No. 140R3024R0013, details the requirements and price schedule for 'Roof Repairs at YAO'. It outlines the contractor's responsibility to furnish items in accordance with contract terms and specifications, emphasizing that offers will only be considered for the complete Price Schedule. Failure to complete the schedule or comply with submission requirements may lead to an incomplete or technically unacceptable offer. The document defines CLIN (Contract Line-Item Number) and LS (Lump Sum) and notes that performance and payment bonds are required for construction services exceeding $150,000. The Price Schedule includes various line items for bonds, insurance, mobilization, preparatory work, and specific roof repairs for multiple buildings with varying warranty periods. It also presents optional schedules for different roof overlay and replacement scenarios, each with its own total price. The project aims to secure comprehensive roof repair services, including optional upgrades, for several buildings.
    The document is a solicitation for bids from the Bureau of Reclamation for roof repairs at the YAO facility, with an estimated project cost between $1,000,000 and $5,000,000. It is specifically set aside for small business concerns, indicating a federal focus on promoting small enterprises in government contracts. The solicitation outlines the requirements for potential contractors, including the necessity for performance and payment bonds, and details on the submission of sealed bids. Offers must comply with project timelines, starting within a mandated period after award. The document emphasizes the importance of properly marking submitted bids with relevant identification details. Public opening of bids will occur at the specified due date. The government is looking for bids that meet work requirements, with penalties for late or insufficient offers. Overall, the solicitation portrays a structured competitive process governed by federal procurement regulations, aimed at achieving transparency and fairness while supporting small businesses in government contracting opportunities.
    The document is an amendment to a solicitation related to roof repairs at the Yuma Area Office, issued by the Bureau of Reclamation. The amendment corrects the proposal due date from June 6, 2025, to July 9, 2025, as detailed in Block 13 of the SF 1442 form. It outlines the process for contractors to acknowledge receipt of the amendment, highlighting that failure to do so before the specified deadline could lead to offer rejection. Contractors must submit changes to their proposals via letter or electronic communication referencing the amendment. This modification ensures clarity regarding submission timelines and confirms that all terms of the original solicitation remain unchanged. The document emphasizes adherence to the protocol for amendments and the importance of timely communication in the bidding process, reflecting procedural compliance in government RFPs.
    The document serves as Amendment 002 to a solicitation regarding roof repairs at the Yuma Area Office. It details administrative updates, including an extension of the proposal due date to July 31, 2025, at 1:00 PM, Pacific Time, and mentions the ongoing review of submitted questions, with an expectation for a subsequent Amendment 003 once all responses are available. Contractors must acknowledge receipt of this amendment to avoid rejection of their offers, which can be done through various methods outlined in the document. The amendment and all associated terms remain effective as previously indicated. This document emphasizes compliance with procurement regulations and proper communication procedures in the context of federal contracting.
    The document is an amendment to a solicitation for roof repairs at the Yuma Area Office, issued by the Bureau of Reclamation. The primary purpose is to provide a copy of a Site Visit Sign-In Sheet that was not included in the previous amendment. It outlines the requirements for contractors to acknowledge receipt of this amendment, emphasizing the importance of timely acknowledgment to avoid rejection of offers. Additionally, it notes that submitted questions are under review and will be addressed in a subsequent Amendment 004. This amendment is part of a structured solicitation modification process within federal government RFP protocols, demonstrating the procedural rigor associated with government contracts. The document also articulates formalities such as the need for a contracting officer's signature and clarifications regarding contractor obligations. Overall, it illustrates the meticulous nature of federal contracting and compliance with regulatory standards.
    This document concerns Amendment 004 to a solicitation for roof repairs at the Yuma Area Office, modifying an existing contract and outlining necessary updates. The amendment includes the addition of two relevant Federal Acquisition Regulation (FAR) clauses, an updated Wage Determination (AZ20250042) as of July 25, 2025, and an extension of the proposal deadline to August 11, 2025, at 1:00 PM Pacific Time. It also states that responses to questions from bidders are still under review, with plans for a subsequent Amendment 005 once all inquiries are addressed. The amendment process requires that contractors acknowledge receipt of the changes, either through submission methods specified or via written communication, ensuring compliance with solicitation procedures. Overall, this document serves as a critical update for contractors involved in federal procurement related to the roof repair project, ensuring they have the most current requirements and deadlines for their proposals.
    Amendment 0005 for Solicitation No. 140R3025R0013, concerning "Roof Repairs at Yuma Area Office," extends the proposal due date to August 20, 2025, by 1:00 PM Pacific Time. This amendment provides responses to submitted questions, a revised Statement of Work (SOW), an updated Section B, and new plans. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer copies, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. This amendment aims to provide clarity and necessary updates for the bidding process.
    Amendment 0006 to Solicitation No. 140R3025R0013, issued by the Bureau of Reclamation, Lower Colorado Region, extends the proposal due date for the "Roof Repairs at Yuma Area Office" project to August 22, 2025, by 1:00 PM, Pacific Time. This amendment provides a revised Section B and updated language for Sections L and M. Offerors are advised to acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on each offer copy, or by separate communication. The document also cautions offerors to review the revised sections carefully, as evaluation criteria and basis of award have been updated. No new questions will be accepted.
    Amendment 007 to solicitation 140R3025R0013, issued by the Bureau of Reclamation, Lower Colorado Region, primarily addresses a correction in the contract price schedule for Roof Repairs at the Yuma Area Office. Specifically, CLIN 0005 on both Optional Schedules 1 and 2 is amended to specify a "10 year warranty" instead of a "20 year warranty." The due date for proposals remains August 22, 2025, by 1:00 PM, Pacific Time. This amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. The document also outlines methods for offerors to acknowledge receipt of the amendment, such as by completing and returning copies, acknowledging receipt on the offer, or via separate communication.
    The document presents a federal solicitation for a construction project focused on roof repairs at the Yuma Area Office (YAO) of the Bureau of Reclamation. The estimated project cost ranges from $1,000,000 to $5,000,000 and is exclusively reserved for small businesses. The solicitation outlines that contractors must begin work soon after receiving a notice to proceed and provides specific timelines, requiring project completion within designated calendar days. The document emphasizes strict compliance with the terms and specifications included within the solicitation. Sealed offers must be submitted by the stated deadline, and additional requirements such as performance and payment bonds may apply. The solicitation invites vendors to offer bids and details the administrative processes, including where to submit offers and how the contract will be awarded. This solicitation exemplifies efforts by the federal government to engage small businesses in significant public works, ensuring transparency and competitive bidding processes.
    The U.S. Department of the Interior, through the Bureau of Reclamation, has issued a Request for Proposal (RFP) for roof repairs at the Yuma Area Office. This solicitation, numbered 140R3025R0013, is specifically set aside for small businesses as per the Small Business Administration guidelines. The project entails the repair of four roofs, with a construction magnitude estimated between $1,000,000 and $5,000,000. Contractors are urged to inspect the site on June 24, 2025, with questions accepted until June 27, 2025. Offerors must adhere to stringent submission requirements detailed in sections L and M of the document, and are reminded that failure to comply may result in disqualification. The awarded contract will include guidelines on bonding, safety regulations, and invoicing through an electronic payment system, emphasizing the importance of timely and accurate performance reporting. This initiative reflects the government's commitment to maintaining infrastructure while supporting small businesses in the contracting process.
    The provided document outlines essential logistical and utility considerations for a project, likely within the context of government RFPs, federal grants, or state/local RFPs. It identifies key areas for project setup, including potential staging and office trailer locations, a designated waste bin area, and critical utility access points for water (spigot) and electricity (120V/240V). This information is crucial for planning the site layout, managing waste, and ensuring necessary resources are available for operations. The document serves as a foundational guide for contractors or grantees to establish a functional and compliant work environment, emphasizing the practical infrastructure required for project execution.
    Lifecycle
    Similar Opportunities
    Y--NGWSP INTAKE & RIVER PUMPING PLANT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    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 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) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    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.