Y--PBRWS PHASE 2 STAGE 1
ID: 140R4024R0011Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for the Pojoaque Basin Regional Water System (PBRWS) Phase 2 Stage 1 project in New Mexico. This federal contract involves the construction of a 105,700-gallon prefabricated pump station, installation of 3.2 miles of water lines, and the development of an 830,000-gallon concrete water distribution tank, all aimed at enhancing regional water infrastructure. The project is significant for addressing water resource management and compliance with legal settlements, ensuring that construction adheres to safety and environmental standards. Interested contractors must submit their proposals by September 13, 2024, with the project period of performance running from November 18, 2024, to April 16, 2026. For further inquiries, contact Tyler Spencer at tspencer@usbr.gov or call 801-524-3653.

    Point(s) of Contact
    Spencer, Tyler
    (801) 524-3653
    (801) 825-3715
    tspencer@usbr.gov
    Files
    Title
    Posted
    The Pojoaque Basin Regional Water System Phase 2, Stage 1 (PBRWS P2S1) solicitation document outlines the requirements for a federal construction project managed by the Bureau of Reclamation. The main purpose is to provide guidance for contractors on potential challenges and compliance obligations throughout the construction process, ensuring accurate bids and minimizing disputes. Key components of the project include constructing a 105,700-gallon pump station, installing 3.2 miles of water lines, and building an 830,000-gallon storage tank. Contractors are required to adhere to quality control measures, environmental regulations, and localized cultural resource protections due to the project's sensitive location near the Nambe Pueblo. The document emphasizes necessary submission protocols and accuracy in quantity surveys for payment processing. Liquidated damages are stipulated for construction delays, and the contract includes specific tax reimbursement policies. Overall, this document serves as a comprehensive framework for contractors to navigate the complexities of the federal contracting landscape while promoting successful project execution and compliance with applicable laws.
    The Pojoaque Basin Regional Water System (PBRWS) Phase 2, Stage 1 project, part of the Aamodt Litigation Settlement in New Mexico, focuses on developing critical water infrastructure north of Santa Fe. Key components include a pumping facility with a prefabricated pump station, a forebay tank, water pipelines spanning 3.2 miles, and an 830,000-gallon concrete water distribution tank. The project emphasizes adherence to safety standards established by the Bureau of Reclamation, with a detailed price schedule outlining various construction activities and related costs. The document specifies the management of project document submissions through a Contract Document Management System (CDMS), ensuring comprehensive tracking and organization of contract records. Work restrictions are outlined to minimize community disruption and protect existing infrastructure, while requiring coordination with local and state agencies. The document integrates environmental protection guidelines, project coordination, and a requirement for specific contractor qualifications. This project exemplifies federal efforts to provide sustainable water solutions while ensuring compliance with regulatory frameworks and community engagement, serving both immediate needs and ecological considerations in the region.
    The document outlines the requirements for a subcontracting plan under Solicitation Number 140R4024R0011 from the Department of the Interior's Bureau of Reclamation. It mandates contractors to submit a detailed plan in compliance with FAR 52.219-9, focusing on small business participation. The plan must specify the anticipated subcontracting dollar values, goals for various types of small businesses (such as SB, HUBZone, SDB, WOSB, etc.), and the methodology for establishing these goals. Contractors are required to ensure equitable opportunities for small businesses, maintain records to demonstrate compliance, and report on subcontracting activities periodically. The document emphasizes that subcontracts with small and disadvantaged businesses are crucial, and various outreach methods should be employed to identify potential sources. It also outlines the administration of the subcontracting plan and ensures compliance through periodic reports and cooperation in studies. Overall, this plan seeks to enhance small business participation in federal contracts, which aligns with federal policies aimed at promoting economic opportunities for underserved business sectors.
    The document outlines the details of the Pojoaque Basin Regional Water System (PBRWS) Phase 2, Stage 1 project, facilitated by the Bureau of Reclamation and part of the Aamodt Litigation Settlement Project. It includes maps, detailed civil drawings, general notes, and guidelines essential for the construction of water infrastructure, including pump stations and tanks, within the project area. Key aspects involve the identification of existing utilities, construction protocols, and environmental compliance measures. The documentation explicates the layout and specifications of various pipeline segments, detailing their alignments, elevations, and accompanying features such as valves and fire hydrants. It establishes standards for contractor responsibilities regarding utility relocation, monumentation, and surface restoration, ensuring adherence to safety regulations and quality controls. Moreover, the document serves to guide contractors in executing the project while maintaining compliance with local environmental and operational guidelines, illustrating the government's commitment to enhancing essential water services in the region while safeguarding local resources.
    The Aamodt Litigation Settlement Project, managed by the Bureau of Reclamation under the U.S. Department of the Interior, focuses on developing a regional water system in New Mexico as part of Phase 2, Stage 1. The document details various civil engineering components, including the conceptual designs for a Pump Station (P2S1) and associated structures like the Forebay Tank and Flow Control Valve Vault, all of which are to be contractor-designed based on provided specifications. The file outlines construction guidelines, including grading plans, site layouts, and the necessary excavation and backfill details. Also included are general notes, elevation specifications, and reference drawings for clarity during execution. This project underscores the federal effort to manage water resources effectively and address regional needs in compliance with legal settlements, ensuring infrastructure development aligns with safety and environmental standards.
    The Aamodt Litigation Settlement Project, managed by the Bureau of Reclamation under the U.S. Department of the Interior, focuses on the development of a regional water system in the Pojoaque Basin, New Mexico. The document outlines detailed plans and profile drawings for Phase 2 of the project, including geological exploration logs and alignment maps for transmission lines and critical infrastructure such as pumping stations and tanks. Key components include various stages of the project, elevation references, and safety measures integrated into the planning process. Examples of locations mentioned include the Nambé Tank and various pumping and distribution stations, with comprehensive geological assessments provided to inform construction practices. The project is committed to ensuring safety and environmental compliance throughout its development phases, reflecting governmental priorities in water resource management and community needs. The comprehensive geotechnical information serves to guide decision-making and operational effectiveness in this significant regional initiative.
    The document provides detailed terminology and definitions related to soil and foundation engineering as part of a government Request for Proposals (RFP) for construction projects. Key terms such as "Allowable Soil Bearing Capacity," "Backfill," "Caisson," and various types of "Base Course" are explained, emphasizing their significance in ensuring proper foundation design and construction. The document further classifies soils into coarse-grained and fine-grained categories, detailing their properties, such as gradation, plasticity, and density measurements, which are critical for site assessment and engineering analysis. Boring logs and exploration techniques illustrate the methods used for sampling and characterizing soil layers, providing essential data for project planning. Groundwater levels and variations in soil composition noted in the logs are significant for understanding subsurface conditions that affect construction integrity. The RFP emphasizes the importance of adhering to these definitions and classifications, indicating the need for accurate soil characterization to mitigate risks during construction projects. This document serves as a critical reference for engineers and contractors involved in federal and state construction projects, demonstrating compliance with necessary regulatory frameworks and standards.
    The document outlines wage determination guidelines for heavy construction projects located in Santa Fe County, New Mexico, under General Decision Number NM20240042, effective January 5, 2024. It details minimum wage requirements based on specific executive orders related to the Davis-Bacon Act. Contracts signed on or after January 30, 2022, require a minimum wage of $17.20 per hour; those awarded between January 1, 2015, and January 29, 2022, must adhere to a rate of $12.90 per hour, unless higher prevailing wages apply. The document provides specific wage rates and fringe benefits for various classifications, including carpenters, electricians, ironworkers, laborers, and operators. It emphasizes compliance with paid sick leave provisions established under Executive Order 13706 and outlines the appeals process for those who wish to contest wage determination decisions. This wage determination serves as a critical reference for federal contractors and grants, ensuring compliance with labor laws and fair worker compensation in the context of public construction projects. The structured format includes classification rates, wage requirements, and procedural information for appeals and compliance verification.
    The document presents General Decision Number NM20240048 pertaining to wage determinations for building construction projects in Santa Fe County, New Mexico. It outlines the applicable minimum wage rates that contractors must adhere to under the Davis-Bacon Act and relevant Executive Orders. For contracts initiated after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour, unless a higher rate is specified. Various classifications of labor with corresponding prevailing wage rates and fringe benefits are detailed, including positions like electricians, plumbers, and laborers. The notation regarding the applicability of paid sick leave under Executive Order 13706 is also included, mandating contractors to provide one hour of paid sick leave for every 30 hours worked. The document emphasizes the responsibilities of contractors concerning worker protections and compliance with wage determinations and provides an appeals process for parties affected by these determinations. This information is crucial for compliance in federal grants, RFPs, and state/local construction contracts, ensuring fair labor practices and wage distributions in construction projects.
    The PAST PERFORMANCE QUESTIONNAIRE serves as a detailed evaluation tool for assessing a contractor's performance on federal and local government contracts. It outlines essential contract information, including the contractor’s identification details, project specifics, and the client's role. Central to the questionnaire is a performance evaluation that rates various aspects such as quality, timeliness, customer satisfaction, management, cost management, and safety/security, using a scale from Exceptional (E) to Unsatisfactory (U). Each rating encourages clients to provide nuanced feedback on the contractor's efficacy, responsiveness, and ability to meet requirements. The structure is divided into sections for contractor and client information, project descriptions, and a comprehensive rating system, which seeks both quantitative ratings and qualitative remarks. The aim is to collect standardized and actionable insights that can aid the government in evaluating current contractors for future projects. The submission process emphasizes direct communication between clients and contractors to ensure transparency and verification of information. This questionnaire is pivotal for maintaining high standards in government contracting, crucial for effective resource management and leveraging contractor performance in future RFPs and grant opportunities.
    The Experience Worksheet serves as a structured format for documenting key details about specific government contract projects. It collects essential information, including project name, location, customer details, contract type, the role of the contractor, and stages of involvement, such as conceptual, planning, design, or construction. The worksheet requires a comprehensive description of the project's scope, complexity, and any relevant difficulties encountered, along with corrective measures taken. Additionally, it captures original and actual completion dates, contract amounts, and explanations for any discrepancies in completion time or budget. The form aims to ensure transparency and accountability in federal, state, and local construction projects, facilitating proper evaluation for Requests for Proposals (RFPs) and grants. By standardizing project documentation, it supports effective review by government entities and promotes adherence to project specifications and performance expectations.
    The document outlines the key personnel information required for responding to federal and state/local RFPs, emphasizing qualifications and relevant experience. It includes sections on identification of the key personnel, education background with degrees, specialized training, and professional licensing. Significant focus is placed on detailing past project experience, which includes project names, locations, dates, roles, delivery methods, and relevant customer contact information. Each project entry requires a description of features and the individual's responsibilities, highlighting their qualifications for potential federal grants or contract work. This structure ensures that evaluating authorities can assess the candidate's expertise and experience effectiveness for compliance with governmental procurement standards. Overall, the document serves as a guideline for applicants to present their qualifications systematically, aligning with the requirements set forth by government entities for project proposals and assessments.
    The document serves as Amendment 0001 to a federal solicitation, specifically related to an offer for a contract by the Bureau of Reclamation, and it outlines key changes in deadlines pertinent to the bidding process. The amendment officially extends the due dates: vendor questions are now due by July 2, 2024, at 1500 MD, while proposals must be submitted by August 2, 2024, at 1400 MD. The period of performance for the project is set from September 20, 2024, to April 16, 2026. The amendment must be acknowledged by offerors through various means to ensure their offer is considered valid. Additionally, it highlights that if there are changes to previously submitted offers, they must be communicated prior to the specified deadlines. This amendment is essential for maintaining transparency and providing bidders adequate time to prepare their proposals, further reflecting the government’s procedural adherence in managing contractual bids within federal guidelines.
    The document pertains to Amendment 0002 of Solicitation #140R4024R0011, which addresses the Nambé Pump Station and related construction measures for the Pojoaque Basin Regional Water System Phase 2. It outlines critical details regarding the site visit conducted on June 13, 2024, where participants engaged with local Pueblo officials and toured key construction sites. The amendment includes answers to contractor questions, addressing specifications about project designs, cultural considerations during construction, and the responsibilities of contractors concerning archaeological monitoring. Additionally, it confirms that the Bureau of Reclamation will provide a government archaeologist, clarifies the coordination needed with landowners, and emphasizes compliance with various regulations. Furthermore, responses to contractors' inquiries detail requirements for valve specifications, construction timelines, and logistical approval processes regarding land access for construction purposes. This comprehensive amendment ensures all stakeholders are informed of expectations, facilitating smoother contract negotiation and execution in accordance with federal guidelines.
    The document outlines Amendment 0003 to Solicitation No. 140R4024R0011 for the Pojoaque Basin Regional Water System Phase 2, Stage 1 project. This amendment transitions the contractor’s inquiries into formal clarifications related to design specifications, including material changes, valve types, and installation requirements based on contractor questions. Key changes involve updates to project design elements, tax considerations, and project scheduling aimed at optimizing contractor requirements. The amendment emphasizes the need for temporary power provision, coordination with local utilities, and details on various equipment specifications, including pumping station designs and connection requirements. Notably, it establishes clear timelines for the period of performance and stipulates the contractor's responsibilities regarding materials and system compliance. Additionally, it sets protocols for site visits, provides rules for subcontractors, and elaborates on work restrictions to harmonize project execution with local regulations and community timelines. This document serves as a critical reference for contractors submitting proposals to ensure adherence to standardized federal requirements.
    The document pertains to Amendment 0004 for the Premanufactured Pump Station under the Pojoaque Basin Regional Water System (PBRWS) solicitation. It modifies prior contractual terms by addressing contractor inquiries, updating specifications, and defining project timelines from November 18, 2024, to April 16, 2026. Key modifications include the confirmation of performance testing protocols, specifying contractor responsibilities for installation and oversight during start-up and testing. The amendment includes detailed guidelines for design requirements, construction parameters, and compliance with various engineering standards. It emphasizes shop testing and field performance validation of the pump system to meet strict operational conditions, ensuring reliability in potable water service. The document specifies critical design elements such as the physical structure requirements, electrical systems, and material certifications, all intricately detailed to facilitate effective project execution. This comprehensive amendment highlights the government's commitment to standardizing project expectations while addressing contractor queries, ultimately aiming to enhance the infrastructure for water transmission in compliance with federal and local regulations.
    The document is an amendment (0005) related to a federal solicitation which primarily extends the due date for proposal submissions. Originally set for a previous date, the new deadline for proposals is now August 14, 2024, at 1200 MD. No other alterations have been made to the terms or conditions of the solicitation as outlined in previous communications. The amendment provides detailed instructions for acknowledging receipt of the amendment, highlighting that failure to do so may result in rejection of the offer. Additionally, it mentions that if a contractor wishes to amend a previously submitted offer, such changes should be communicated before the specified opening date. The document is administered by the Regional Office of the Bureau of Reclamation in Salt Lake City, Utah, with a defined period of performance from November 18, 2024, to April 16, 2026. This amendment is critical in the context of federal contracting, ensuring all potential contractors are aware of the extended timeline, thus allowing more time for proposal preparation while maintaining compliance with federal regulations and procedures.
    This document serves as Amendment 0006 to solicitation 140R4024R0011, issued by the Bureau of Reclamation’s Regional Office in Salt Lake City, UT. The primary purpose of this amendment is to extend the deadline for proposal submissions to September 13, 2024, at 1500 MD, while disclosing that no other modifications have been made to the solicitation. The effective period for the contract will run from November 18, 2024, to April 16, 2026. The amendment outlines the required procedures for contractors to acknowledge receipt of this amendment, emphasizing the importance of timely acknowledgement to avoid rejection of proposals. The document maintains standard formatting and details administrative changes relevant to contractors participating in the RFP process. This communication is crucial for vendors seeking federal contracts, ensuring they are aware of timeline adjustments that may impact their bidding preparations.
    The document is a solicitation for bids related to the construction and installation of the Pojoaque Basin Regional Water System (PBRWS) Phase 2 Stage 1 in New Mexico. It outlines key project details, including the construction of a 105,700-gallon prefabricated pump station, installation of 3.2 miles of water lines, and an 830,000-gallon concrete water distribution tank. The work site is located within the Nambe Pueblo, approximately 14 miles north of Santa Fe, New Mexico. The estimated project cost ranges from $25 million to $100 million. The contractor is required to start work within 21 calendar days post-award and ensure completion within 574 calendar days. Performance and payment bonds are mandatory. The solicitation invites sealed offers from potential contractors and specifies that offers less than 21 calendar days for government acceptance will not be considered. The pricing arrangement is set as a Firm Fixed Price (FFP), encompassing all necessary materials and personnel. The document reflects the government's commitment to developing essential infrastructure while adhering to standards and regulatory requirements. Overall, it serves as an invitation for contractors to submit their proposals for this significant construction project.
    Lifecycle
    Title
    Type
    PBRWS PHASE 2 STAGE 1
    Currently viewing
    Solicitation
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Taos Picuris Service Unit Water Meter Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for water meter replacement services at the Taos Picuris Service Unit in Taos, New Mexico. The project requires a contractor to remove and replace existing potable water system piping while adhering to all relevant regulations, with a focus on minimizing disruption at the health center. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with safety standards. Interested parties must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 27, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    South Fork Bunk House Well
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the South Fork Bunkhouse Well project located in South Fork, Colorado. The project entails drilling a new potable water well, conducting water quality tests, and ensuring compliance with public water system regulations, with an estimated cost between $25,000 and $100,000. This initiative is crucial for maintaining a reliable water supply in the Rio Grande National Forest while adhering to state and federal regulations. Interested contractors must submit their proposals via email by September 20, 2024, and are encouraged to conduct a site visit prior to bidding; for further inquiries, they can contact Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Irrigation Repairs at Valle De Oro NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to undertake extensive repairs to the drip irrigation system at the Valle De Oro National Wildlife Refuge in Albuquerque, NM. The project aims to restore the damaged irrigation system, which is vital for maintaining the native plant landscaping around the Visitor Center, following its failure due to improper installation and environmental exposure. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of 60 calendar days anticipated after receipt of the order, and a deadline for quote submission set for September 20, 2024. Interested contractors can contact Justine Coleman at justinepasiecnik@fws.gov for further inquiries regarding this opportunity.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    75H71024Q00172 GSU THC Sewer Re-alignment
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the GSU THC Sewer Re-alignment project at the Tohatchi Health Center in New Mexico. The primary objective of this procurement is to separate the laboratory wastewater lines from a shared trunk line to prevent service disruptions, which involves installing new PVC lines to replace outdated cast iron systems while ensuring compliance with the Uniform Plumbing Code and safety protocols. This project is critical for maintaining the operational integrity of health facilities and ensuring adherence to federal and local regulations. Interested contractors should note that the performance period is from October 1, 2024, to December 31, 2024, with quotes accepted until September 17, 2024, at 5:00 PM Mountain Daylight Saving Time. For further inquiries, contact Ken Parrish at Ken.Parrish@ihs.gov or call 505-726-8895.