C--Notice of Intent to Sole Source A-E Services
ID: 140R8125Q0001Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
  1. 1
    Posted Oct 7, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 18, 2024, 12:00 AM UTC
  3. 3
    Due Nov 6, 2024, 2:00 PM UTC
Description

The U.S. Department of the Interior, Bureau of Reclamation, is planning to negotiate a sole source contract for follow-on engineering services related to the Pojoaque Basin Regional Water System (PBRWS) Phase 2 Stage 2 Construction Contract. The selected contractor, CDM Federal Programs Corporation, will be responsible for a range of services including reviewing contractor submissions, requests for information, and conducting site visits to address construction issues and support commissioning efforts. This procurement is significant as it involves an estimated cost exceeding $10 million, and interested firms must submit their capability statements by November 6th at 9:00 am ET to the primary contact, Megan Swift, at mswift@usbr.gov. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Y--NGWSP PUMPING PLANT 1
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking small businesses for the construction of Pumping Plant 1 (PP1) as part of the Navajo-Gallup Water Supply Project (NGWSP). This project aims to establish a reliable water supply from the San Juan River to the Navajo Nation and surrounding areas, involving the construction of a metal building, pumping systems, piping, and electrical systems. The contract value is estimated to be between $35 million and $50 million, with interested businesses required to submit their firm information, bonding capabilities, and relevant experience by March 25, 2025, to the primary contact, Amy Loveless, at aloveless@usbr.gov or by phone at 801-524-3790.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a new moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified deadline and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
Y--NGWSP REACH 1 PIPELINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the "Y--NGWSP REACH 1 PIPELINE REPAIRS" project, which involves significant repairs to a 4.8-mile section of a 42-inch ductile iron pipeline as part of the Navajo-Gallup Water Supply Project in New Mexico. The procurement aims to address critical infrastructure needs through joint repairs, valve replacements, and the installation of necessary structures, all while ensuring compliance with environmental standards and safety protocols. This project is vital for enhancing water supply reliability in the region and reflects the government's commitment to improving public resources. Interested contractors must submit their proposals by April 24, 2025, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
Sources Sought Notice
Buyer not available
The Department of the Interior, through the Interior Business Center Acquisition Directorate, is issuing a Sources Sought Notice to assess interest and capabilities among both large and small business concerns, including 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) categories, for providing architectural and engineering (A&E) and construction services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center. The procurement aims to support facility modernization efforts, particularly the upgrade of over 400 buildings at Picatinny Arsenal, NJ, and Benet Labs, NY, with a focus on compliance with federal, state, and local regulations, including safety and environmental standards. Interested firms are required to submit a ten-page capabilities statement detailing their qualifications and relevant project experience, with a deadline for responses to be determined; the contract is valued at up to $50 million over five years. For further inquiries, interested parties may contact David Ialenti at DAVIDIALENTI@IBC.DOI.GOV or by phone at 703-964-3651.
Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the repair and construction of concrete sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project entails the demolition of an existing concrete driveway and the installation of new heavy-duty sidewalks and driveways, necessitated by deterioration due to roof runoff. This initiative is part of the federal government's commitment to maintaining infrastructure and enhancing water management sustainability. Interested contractors must submit their proposals by April 18, 2025, and are encouraged to contact Valerie Jiron at vjiron@usbr.gov or 505-462-3658 for further information.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
Notice of Intent to Sole Source Volumetric and Sedimentation Surveys, and intake structure scans
Buyer not available
The International Boundary and Water Commission (IBWC) is issuing a Notice of Intent to Sole Source for Volumetric and Sedimentation Surveys, as well as intake structure scans, to be conducted by the Texas Water Development Board (TWDB) in El Paso, Texas. The IBWC requires these services for the International Amistad Reservoir, International Falcon Reservoir, and Anzalduas Reservoir, with an estimated funding amount of $525,000. This procurement is critical for maintaining accurate water management and resource allocation in the region, and the TWDB is uniquely positioned to provide these services at cost. Interested parties may submit capability statements and letters of interest to Philip Johnson via email by 3:00 PM MST on April 11, 2025, to be considered for potential competition in this procurement.
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 the design and construction of water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project, identified by Solicitation No. W912PP25R0017, involves establishing 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 crucial for enhancing the operational capabilities of military assignments by ensuring reliable water supply and infrastructure. The contract is set aside for small businesses, with an estimated value between $1 million and $5 million, and proposals are due by April 23, 2025. Interested parties can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356 for further information.
Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to rehabilitate the irrigation system at the John Muir National Historic Site in California. The project involves replacing the existing failing irrigation system that supports the site's historic landscape, including mature ornamental trees and orchards, with a new system that will also extend irrigation to additional areas. This procurement is crucial for maintaining the historic integrity and ecological health of the site, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit their proposals by May 15, 2025, and can contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.