BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
ID: 140R4025Q0031Type: Solicitation
AwardedJun 26, 2025
$28.7K$28,690
AwardeeVISION CONTRACTING INC 37 CEDARHURST AVE STE G Medford NY 11763 USA
Award #:140R4025P0059
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
    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
    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.
    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.
    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.
    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.
    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.
    The document outlines general notes and specifications for concrete placement and reinforcement in construction, emphasizing adherence to ACI codes and detailing requirements. It includes detailed guidance on bar splicing, clear cover dimensions, and the handling of embedded materials to ensure structural integrity. Additionally, it specifies minimum requirements for typical designs and the use of various concrete finishes.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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--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--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--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    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.
    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.
    Water System Upgrades Santa Fe National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Water System Upgrades project at the Santa Fe National Forest, located in Pecos, New Mexico. This project involves the replacement of three drinking water systems at high-use recreation sites: Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, requiring comprehensive demolition and installation of new infrastructure. The upgrades are crucial for ensuring safe and reliable water supply for recreational use and administrative functions in the area. Interested contractors should note that proposals are due by December 17, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration (FHWA), is soliciting research proposals under Broad Agency Announcement (BAA) No. 693JJ3-24-BAA-0003, titled "Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)." The objective of this solicitation is to accelerate the implementation of next-generation binder technologies in engineering practice, ensuring that these materials maintain durability and enhance infrastructure integrity. This initiative is particularly significant as the concrete industry is experiencing rapid innovation, with a focus on market-ready binders that will be benchmarked against industrially produced Class A concrete. Interested parties should note that white papers are due by January 22, 2026, and multiple awards are anticipated, each with a performance period not exceeding 24 months. For further inquiries, contact Raven Merchant at Raven.Merchant@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.