Y--Imperial Dam Potable Water Tank Replacement, AZ
ID: 140L0625B0006Type: Solicitation
AwardedSep 18, 2025
$494.9K$494,910
AwardeeU.S. TANK & MECHANICAL SERVICES, INC. 6 CENTERPOINTE DR STE 700 La Palma CA 90623 USA
Award #:140L0625C0013
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is soliciting bids for the replacement of the Imperial Dam Potable Water Tank in Winterhaven, California, with a focus on small business participation. The project entails constructing an 85,000-gallon steel potable water tank and demolishing the existing tank, requiring contractors to manage permits and ensure compliance with state and federal regulations. This initiative is crucial for maintaining water infrastructure that supports recreational activities in the area while adhering to environmental standards. Interested contractors should note that the contract value is estimated between $250,000 and $500,000, with a performance period of 365 days post-Notice to Proceed. For inquiries, contact Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329. The proposal submission deadline has been extended to July 18, 2025, at 2:00 PM Mountain Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the U.S. Bureau of Land Management's (BLM) project for replacing the Imperial Dam Water Tank, located in Yuma, Arizona. It outlines the project specifications, including the construction of an 85,000-gallon steel potable water tank and the demolition of the existing tank. Key responsibilities are assigned to the contractor, including obtaining necessary permits and coordination with a licensed Professional Engineer to ensure compliance with state and federal regulations. The contractor must manage work limitations, ensuring minimal public inconvenience, and adhere to designated work hours. The document delineates the construction process, site management, and ongoing documentation of progress, including daily reports and photographic records. The workflow is structured using the CSI/CSC MasterFormat to guide the execution of work, with specific focus areas in safety, quality, and environmental compliance. This project showcases the BLM's commitment to maintaining water infrastructure supporting recreational activities in the area, while complying with legal and environmental standards.
    The document appears to be a corrupted or improperly formatted government file containing RFPs, federal grants, and local proposals, making it challenging to discern clear content. However, its intended purpose likely revolves around providing information on funding opportunities and requirements for various initiatives within the federal and state government sectors. It may outline criteria for submissions, necessary documentation, or eligibility requirements for organizations seeking grants or contracts. The structure seems to involve sections for application guidelines, eligibility criteria, funding amounts, and possibly deadlines, although these elements are obscured by the document's encoding issues. Key details that can usually be expected in such documents include specific project scopes, intended outcomes, and directives for applicants to follow to ensure compliance with government standards. Despite the technical difficulties in accessing the full content, it is evident that the primary aim is to aid stakeholders in understanding and navigating the procurement process and securing funding for their respective projects or services. Effective communication of these topics is vital for enhancing operational capabilities within the public sector and ensuring community needs are met through accessible government funding opportunities.
    This document outlines a Request for Proposal (RFP) by the United States Department of the Interior, specifically the Bureau of Land Management, for the Imperial Dam Potable Water Tank Replacement project, based at the Arizona State Office/Yuma Field Office. The RFP details the estimated construction costs and identifies specific components of the project, which include concrete work, electrical installations, special construction elements, and general contractor overhead. It emphasizes the need for adequate bonding, insurance, and tax compliance throughout the execution of the project. Key aspects of the scope also cover general requirements, existing site conditions, earthwork, and utilities, indicating a comprehensive approach to project planning and execution. The document serves as a guide for potential contractors to prepare their bids, ensuring clarity on the project's financial and operational expectations while adhering to federal standards for such undertakings.
    The document outlines a Request for Proposal (RFP) for the Imperial Dam Potable Water Tank Replacement project in Arizona, designated for Total Small Business participation. The performance period for the project is set for 365 days post-Notice to Proceed (NTP). It stipulates a required self-performance rate of 15%, imposing compliance limitations on subcontracting to ensure adequate contribution from small businesses. The proposal structure includes detailed financial components, such as the total proposed amount, material costs, and labor costs, which currently reflect zeros until figures are inputted for various subcontractor payments. Additionally, it highlights the need for calculations to determine adherence to the self-performance requirements, denoting the significance of labor sourced from small and large subcontractors while delineating necessary formulaic evaluations. This RFP aims to foster small business engagement while safeguarding procedural compliance and cost management within the scope of public sector contracting.
    The document outlines the solicitation process for construction, alteration, or repair projects within the federal government framework. It details essential components including the solicitation number, project requirements, contractor responsibilities, and submission guidelines for offers. Key points include the necessity for contractors to complete an offer with required performance and payment bonds, adhere to specified timeframes for project initiation and completion, as well as provisions regarding offers less than stipulated minimum acceptance days. It emphasizes that all proposals must be sealed and marked appropriately, with clear instructions for public opening. The award section clarifies that the contract is finalized upon governmental acceptance of the offer, encompassing the solicitation and the contractor's proposal. The document also stipulates methods for submitting invoices and indicates the conditions under which non-competitive agreements may be pursued. This solicitation serves as a framework for ensuring that contractors are aware of the requirements and obligations in bidding for government projects, ultimately facilitating structured and legally compliant construction initiatives.
    The Bureau of Land Management has issued a Q&A document concerning the Imperial Dam Potable Water Tank Replacement project in Arizona, addressing significant queries from contractors regarding the solicitation. Key clarifications include the absence of project drawings, which resulted from an error in the solicitation; the need for compliance with California's seismic standards in the tank's engineering; and the requirement for a Professional Engineer's certification during the permitting and construction process. Additional details confirm that the water tank will be equipped with a float switch control system and specify that both factory powder coatings and field-applied coatings must meet relevant standards for protection and maintenance. Furthermore, the estimated project cost of $500,000 is deemed reasonable, covering the removal of the existing tank and its foundation. Contractors are encouraged to propose alternative tank dimensions, provided they meet all specifications and regulations. The document ultimately emphasizes adherence to environmental and structural regulations throughout the project while ensuring that the necessary certification and documentation are completed by qualified professionals in California.
    The Bureau of Land Management (BLM) is issuing a Request for Proposals (RFP) for the replacement of the Imperial Dam Potable Water Tank in Arizona. The existing tank lacks as-built documentation, which poses challenges for estimating the thickness of the current slab. The new tank will be constructed at the same site as the existing one. Access to the site is available on foot; however, potential contractors must coordinate ahead due to vehicle restrictions, as a swing gate blocks vehicle entry. This document serves to clarify project details and requirements for interested bidders, ensuring they have critical information to plan site visits and proposals effectively. The emphasis on site accessibility and lack of as-built records represents key factors in the project implementation process.
    The Bureau of Land Management (BLM) is soliciting bids for the replacement of a potable water tank at the Imperial Dam Long Term Visitor Area in Winterhaven, California. The project, identified by solicitation number 140L0625B0006, involves demolishing an existing 85,000-gallon steel water tank and constructing a new one, ensuring it meets specific capacity requirements. The estimated cost for the project is between $250,000 to $500,000, with a completion timeline of one year from the notice to proceed. This solicitation is set aside for total small businesses that meet the U.S. Small Business Administration's size standard of $45 million. Prospective bidders must possess a Unique Entity ID (UEI) and have an active System for Award Management (SAM) profile. A site visit will be scheduled shortly after the anticipated invitation for bid (IFB) issuance in June 2025. The BLM emphasizes adherence to proper permitting, labor, materials, and supervision requirements for the successful execution of this construction initiative. This project underlines the government’s commitment to maintaining essential infrastructure and facilities for public use.
    The document is an amendment to a federal solicitation, designated as Amendment 0001, for a contract or order referenced by the solicitation number 140L0625B0006. The primary purpose of this amendment is to extend the deadline for submission of offers to Monday, July 7th, 2025, with a closing time of 2:00 PM Mountain Time. The amendment specifies that offers must acknowledge receipt of this amendment through specified methods, which include submitting copies with acknowledgment or via separate communication. It reinforces that failure to acknowledge receipt could lead to rejection of the offer. All other terms and conditions of the solicitation remain unchanged. The amendment is formalized by signatures from the contracting officer and provides necessary procedural details, highlighting the importance of adherence to deadlines in the government procurement process. Overall, this document serves to formally modify existing solicitation terms, reflecting standard practices in federal RFP processes.
    The document is an amendment (0002) to Solicitation No. 140L0625B0006, issued by the Bureau of Land Management (BLM) in Denver, Colorado. The primary purpose of this amendment is to update the solicitation process by adding new attachments, specifically a sign-in sheet and questions and answers related to the solicitation. Additionally, it extends the proposal submission deadline to July 18, 2025, at 2:00 PM Mountain Time, and the bid opening date to July 23, 2025, starting at 12:00 PM Mountain Time. Contractors are required to acknowledge receipt of this amendment to validate their offers. The document underscores that all other terms and conditions of the original solicitation remain unchanged. It also provides contact details for further inquiries regarding the amendment. This amendment highlights the BLM’s regulatory procedures in managing contract modifications and soliciting proposals while ensuring compliance with established protocols.
    This document comprises Amendment 0003 to solicitation 140L0625B0006, issued by the Bureau of Land Management (BLM) located in Denver, Colorado. The amendment serves several essential purposes, including the addition and publication of Attachment 9 - Sol Q&A_140L0625B0006 - Version 2, which aims to clarify questions and answers related to the solicitation. It emphasizes the importance of acknowledging the amendment promptly to avoid rejection of offers; this can be done through specific communication methods outlined in the document. The directive also includes the contact information for the point of contact, Jonathan Peterson, for any inquiries related to this amendment. All other terms and conditions from the original solicitation remain unchanged. Overall, this amendment facilitates transparency, ensuring potential contractors can adequately respond to the solicitation by providing necessary updates and clarifications.
    The document outlines an Invitation for Bid (IFB) for the Imperial Dam Potable Water Tank Replacement project in Arizona, issued by the Bureau of Land Management (BLM). It specifies the requirement for construction services under a Firm Fixed Price contract ranging from $250,000 to $500,000, with a minimum performance duration of 365 calendar days. The solicitation includes detailed instructions for bidders, including submission deadlines, site visit information, and requirements for performance and payment bonds. Essential components of the proposal include various attachments, such as maps, specifications, and a price breakout worksheet. The document emphasizes the importance of adhering to safety standards and regulations, including the preservation of cultural resources. Bidders are obligated to provide a minimum percentage of work performed by their own employees, maintaining compliance with limitations on subcontracting. The contractual framework accommodates a range of clauses addressing labor standards, project management, and payment procedures, including mandated electronic invoicing via the Invoice Processing Platform (IPP). This bidding opportunity is set as a Total Small Business set-aside, indicating a preference for small businesses in the bidding process, fostering economic support within the community while ensuring government projects meet required standards of performance.
    The Bureau of Land Management (BLM) is conducting a Sources Sought Notice for the Imperial Dam Potable Water Tank Replacement project in Arizona. This notice aims to gather information on interested businesses, both large and small, to aid in developing the acquisition strategy for a forthcoming competitive solicitation. The project involves replacing an existing 85,000-gallon steel potable water tank and includes demolition of the current tank, proper disposal, and construction of the new tank adhering to specific guidelines. The anticipated project cost ranges from $250,000 to $500,000, with a performance period of 90 calendar days post-notice to proceed. The BLM is considering a small business set-aside based on the responses received. All interested parties are invited to respond via a Microsoft form link provided. Responses are due by April 28, 2025, at 2:00 PM MT, with the solicitation expected to be released in early summer 2025. Bonding will be required for bids, performance, and payment. The project aligns with NAICS code 238220, which covers plumbing, heating, and air-conditioning contractors.
    Similar Opportunities
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    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--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.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Heli-Well Tank
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking to procure a new metal rectangular water storage tank, known as a Heli-well, for wildland fire suppression efforts. This procurement aims to acquire a large-capacity, leak-proof, and transportable steel tank that facilitates water-dipping for helicopters and provides bottom drafting options for fire engines, ensuring effective firefighting capabilities. The tank must meet specific dimensions of 10ft W x 15ft L x 10ft D and include features such as an open top, two 4-inch NH pipe thread ports for filling, and corrosion-preventative paint. Interested small businesses must submit their technical and price proposals via email to Chris Wissen at christopher.wissen@usda.gov by the specified deadline, with evaluations based on pricing, warranty, delivery timeframe, and overall value to the government.
    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.
    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.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    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.