Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
ID: 140R4025Q0031Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF PARKING FACILITIES (Z1LZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 11:00 PM UTC
Description

The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the demolition and reconstruction of sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project aims to replace deteriorated concrete structures with heavy-duty alternatives, adhering to industry standards and safety regulations, including guidelines from the American Concrete Institute (ACI) and the Occupational Safety and Health Administration (OSHA). This initiative is critical for maintaining the facility's infrastructure and ensuring effective stormwater management. Interested contractors must submit their proposals by April 25, 2025, and are encouraged to contact Valerie Jiron at vjiron@usbr.gov or 505-462-3658 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 10:05 PM UTC
The document outlines a governmental contract focused on infrastructure improvements to manage stormwater runoff and enhance site safety. The main goals include reducing water drainage from the roof and fire suppression systems by implementing effective drainage solutions near existing slabs, and raising a manhole and utility box to be above grade. The project involves three key tasks: 1. Constructing a new concrete section (4' x 16') between the existing slab and the acid room wall, requiring the removal of existing rocks, excavation for a suitable base, and installation of concrete with proper expansion joints. 2. Creating an 8' x 16' concrete area (plus a 4' x 4' square) in front of the workshop, necessitating surface leveling, base material addition, and concrete pouring, alongside a smaller section (4' x 8') between the workshop and electrical room door. 3. Elevating the manhole cover and utility box, identified by color-coded markings in accompanying photographs. This contract is critical for maintaining the structural integrity of the facility while ensuring effective drainage and safety compliance aligned with local regulations and engineering standards.
Apr 15, 2025, 10:05 PM UTC
The Bureau of Reclamation (BOR) is seeking contractors for the demolition and reconstruction of sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility (BGNDRF) in New Mexico. The existing infrastructure has deteriorated due to environmental factors, necessitating the installation of heavy-duty concrete surfaces. The project will include demolition, site preparation, concrete placement, and appropriate adjustments to utility systems. Contractors will need to adhere to a comprehensive statement of work (SOW) that outlines standards, specifications, and required submittals including safety plans and concrete mix designs. The project emphasizes compliance with various construction guidelines, including those from the American Concrete Institute (ACI) and the Occupational Safety and Health Administration (OSHA). Scheduled site visits will be conducted, with the completion of the work expected within 21 days post-notice to proceed. Key materials specified for the project include high-strength concrete mixtures and rubber joint strips, with specific performance standards outlined. Additionally, contractors are tasked with submitting various reports and obtaining necessary approvals throughout the construction timeline. This initiative reflects the BOR's commitment to infrastructure maintenance and improvement, addressing both safety and operational needs.
Apr 15, 2025, 10:05 PM UTC
The Bureau of Reclamation requires the demolition of an existing concrete driveway and the construction of new heavy-duty sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The need arises from deterioration of the current structures due to roof runoff. The project involves detailed specifications that adhere to industry standards, including multiple American Concrete Institute (ACI) guidelines. Key tasks include removing existing concrete, preparing the site, installing formwork, and ensuring proper curing of the new concrete. Contractors are expected to submit project timelines, concrete mix designs, safety plans, and product data within specified deadlines. A site visit is recommended to fully understand the project scope, with work anticipated to be completed within 21 calendar days post-Notice to Proceed. Adherence to outlined materials and construction methods is critical to meet the project’s quality and safety standards, reflecting the government’s commitment to maintaining functional infrastructure.
Apr 15, 2025, 10:05 PM UTC
The Brackish Groundwater National Desalination Research Facility (BGNDRF) is seeking proposals for the repair of concrete sidewalks and driveways. The solicitation includes a price schedule, emphasizing that offers are to be submitted for the complete project only. The price schedule specifies a single line item (00010) for a lump-sum offer that encompasses labor hours, necessary tools, equipment, materials, and applicable taxes. The expected pricing structure is a firm-fixed-price lump sum. In addition, the document stipulates that the workmanship provided by the offeror should adhere to industry standards for warranties. This RFP indicates the federal government's focus on maintaining infrastructure through standardized repair processes, ensuring compliance with required quality and cost parameters. The emphasis on a lump-sum contract suggests a desire for clarity in pricing and deliverables from contractors.
Apr 15, 2025, 10:05 PM UTC
The Brackish Groundwater National Desalination Research Facility is seeking proposals for concrete sidewalk and driveway repairs through a structured bidding process outlined in their "Concrete Sidewalks and Driveway Repair" solicitation. The solicitation includes detailed price schedules that bidders must complete, specifying estimated quantities for various tasks, including mobilization, concrete demolition, earthwork, and the installation of high-strength concrete. The contractor must adhere to standard industry warranties for workmanship. Specific tasks also include extending manholes and utility vaults, final grading, and cleanup. The price schedules do not permit partial bids, and the quantities are for evaluation purposes only, with guidelines for any variations defined under relevant Federal Acquisition Regulation clauses. This solicitation demonstrates the government’s commitment to maintaining and upgrading its infrastructure through structured contracting and clear requirements for contractors.
The analyzed document appears to pertain to federal and state/local requests for proposals (RFPs) and grant opportunities. The main topic revolves around the solicitation of contracts or grants aimed at various governmental functions, with an emphasis on specific requirements and guidelines pertaining to eligibility, funding amounts, application processes, and project expectations. Key points include the summary of project objectives, eligibility criteria for applicants, fiscal responsibilities, deadlines for submissions, and important contacts for further inquiries. Additionally, the document highlights compliance with federal and local regulations and standards that applicants must adhere to while preparing their proposals. The structure of the document is primarily procedural, guiding potential applicants through the necessary steps to secure funding through well-defined criteria. It serves as a reference point for businesses or organizations seeking governmental funding, providing essential details on how to successfully navigate the application process, understand the requirements, and meet expectations for project implementation. This summary encapsulates the essence of the document, focusing on the necessary elements that prospective applicants must consider when dealing with federal grants and RFPs, thus promoting transparency and accessibility in the governmental funding process.
Apr 15, 2025, 10:05 PM UTC
Apr 15, 2025, 10:05 PM UTC
The document outlines Amendment 0001 to Solicitation No. 140R4025Q0031 related to the Bureau of Reclamation's request for proposals (RFP). The primary purpose of this amendment is to extend the deadline for submission of offers from April 11, 2025, to April 18, 2025. This extension aims to provide additional time for potential bidders to address relevant questions and seek necessary clarifications concerning the solicitation. The amendment specifies that offers must acknowledge receipt of this change by including it in their submissions or via a separate communication detailing the amendment number. Furthermore, it indicates that the terms and conditions of the original solicitation remain unchanged except for this modification. This document serves as an administrative update, ensuring that all potential contractors are informed of the new submission timeline and can submit their proposals accordingly. Overall, it reflects the federal government's procedural approach in managing proposal timelines to facilitate full participation in the procurement process.
Apr 15, 2025, 10:05 PM UTC
The document is an amendment to solicitation 140R4025Q0031 from the Bureau of Reclamation, modifying existing contract terms. Key changes include a revised Statement of Work and a new Price Schedule, along with incorporation of specific FAR clauses. The response due date for quotes has been extended from April 18, 2025, to April 25, 2025, and questions must be submitted by April 22, 2025. This amendment requires contractors to acknowledge receipt to avoid rejection of their offers. The document outlines procedures for submitting changes to offers, responsibilities of contracting officers, and details on contract administration, including invoicing and payment requirements through the U.S. Department of Treasury's site. Furthermore, the document emphasizes compliance with various regulations, standards, and clauses related to safety, funding, and environmental considerations. This amendment is crucial for contracting processes related to government-funded projects, ensuring timeliness and adherence to legal standards in procurement practices. The overall focus is on facilitating transparent and efficient contract modifications while ensuring compliance with federal policies and provisions.
Apr 15, 2025, 10:05 PM UTC
The Brackish Groundwater National Desalination Research Facility is seeking bids for the repair and construction of a concrete sidewalk and driveway at its Alamogordo, New Mexico site. The concrete repair project, identified under Solicitation No. 140R4025Q0031, requires demolition of an old driveway, followed by construction of a new heavy-duty driveway and sidewalk. Contractors must begin work within 21 days of award and complete it by June 11, 2025. The solicitation includes attachments detailing the statement of work, price schedule, and wage determination. The government emphasizes adherence to safety, labor standards, and compliance with federal regulations, including warranty provisions and termination clauses. The document signifies the Bureau of Reclamation’s commitment to infrastructure improvement through competitive bidding. Additionally, it reinforces the importance of using domestic construction materials in accordance with federal standards while detailing payment processes, project timelines, and contractor obligations. This RFP is part of broader federal efforts to enhance water management and sustainability through careful investment in infrastructure projects.
Feb 13, 2025, 8:07 PM UTC
The Brackish Groundwater National Desalination Research Facility, managed by the U.S. Bureau of Reclamation in Alamogordo, New Mexico, requires the demolition of an existing concrete sidewalk and the construction of approximately 240 square feet of new concrete for a sidewalk and driveway. Additional work includes raising a nearby manhole cover and utility box. Although this pre-solicitation notice informs interested parties, it does not constitute a formal Request for Quote (RFQ). Companies may voluntarily submit information about their capabilities, company details, and business type. The anticipated contract will be a Firm Fixed price construction contract, set aside for small businesses, with an estimated project magnitude between $25,000 and $100,000. The anticipated period of performance for the project is 21 days post-notice. Future solicitation details will be available on the System for Award Management (SAM) website. Inquiries should be directed to Valerie Jiron. The timeline provided in the notice is subject to change.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design Bid Build project focused on water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project aims to establish essential water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is critical for enhancing military operational capabilities and ensuring compliance with federal, state, and local regulations throughout the construction process. Interested small businesses must submit their proposals by April 23, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.
38--MRG SFD GRIZZLY GRAVEL SEPARATOR
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Gravel Separator, designated under solicitation number 140R4025Q0046. The primary objective is to acquire equipment that will efficiently separate large rocks and debris from finer materials, enhancing operational productivity at the Socorro Field Division in New Mexico. This procurement is critical for maintaining effective resource management and operational efficiency within the Bureau's public works projects. Proposals are due by 2:00 PM MDT on May 2, 2025, and interested contractors should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650.
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 located at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period scheduled from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by May 1, 2025, at 1700 EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Y--DEWA 251562 Old Mine Road North Construction
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the construction project titled "DEWA 251562 Old Mine Road North Construction" within the Delaware Water Gap National Recreation Area. The project aims to enhance road safety and accessibility by implementing pavement improvements, including full-depth reclamation, resurfacing, and drainage upgrades, while ensuring compliance with environmental regulations and minimizing disruption to the public. This initiative is crucial for maintaining infrastructure in federally protected areas, balancing development needs with ecological preservation. Interested contractors must submit their proposals, including pricing and past performance documentation, by the specified deadlines, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
D-B GAOA CAHUILLA RANGER STATION REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting proposals for the Design-Build Cahuilla Ranger Station Replacement project located in Brawley, California. The objective is to construct a modern facility that will replace the outdated ranger station, accommodating various functions such as administrative, law enforcement, and emergency medical services, across approximately 10,000 to 12,500 square feet. This project is significant for enhancing operational efficiency and visitor services within the Imperial Sand Dunes Recreation Area, while adhering to federal sustainability and safety standards. Interested contractors must submit their proposals by the specified deadlines, and for further inquiries, they can contact Greetchen Jeremie at gjeremie@blm.gov or by phone at 303-236-2626.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.