Y--CAVE 332397 ¿ Replace Main Distribution System
ID: 140P2026R0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDenver, CO, 80225, 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, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, identified as project CAVE 332397. This project aims to fully replace the aged water distribution system, originally installed between 1932 and 1964, to ensure the integrity of the park's resources and provide a reliable water supply for park employees and visitors. The contract is a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and potential liquidated damages for delays. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with key contact Edwin Berry available at edwin_berry@contractor.nps.gov or by phone at 303-969-2288 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Questionnaire (Solicitation: 140P2026R0007 – CAVE 332397) is a critical document for federal government RFPs, designed to gather comprehensive performance data on offerors. It requires offerors to complete sections on their company and contract information, which are then sent to a reference. The reference evaluates the offeror's performance across key areas: Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Each area includes specific sub-criteria and a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with definitions. The questionnaire emphasizes that all information is source selection sensitive and cannot be used for advertising. The reference provides an overall recommendation and comments, and the completed form is returned to the Contracting Officer by January 07, 2026.
    The National Park Service (NPS) Denver Service Center (DSC) has issued Solicitation No. 140P2026R0007 for the "Replace Main Distribution – CAVE 332397" project, dated November 6, 2025. This contract aims to replace the aged water distribution system in the historic area of Carlsbad Caverns National Park, New Mexico, originally installed between 1932-1964. The project is critical for protecting the primary park resource (the Caverns), ensuring a sustainable water supply for approximately 70 employees and 350,000 annual visitors, and modernizing the 70-year-old failing water line infrastructure, including fire hydrants that do not meet NFPA Fire code. The contract is a Firm-Fixed-Price (FFP) offer with base and optional line items, including borings, trenching, demolition, piping, and landscape repair. Key personnel, electronic invoicing via the IPP System, and a prohibition on ATVs are outlined. The contractor must commence work within 10 calendar days of notice to proceed and complete it within 390 calendar days, with liquidated damages of $1,498 per day for delays.
    The document is a sign-in sheet for a pre-bid site visit for Project Cave 332397, Solicitation # 140P2026R0007, held on December 17, 2025. It lists attendees from various companies including ORCOM, DEANS INC., Dub-L-ee LLC, Flatland Energy Services, Enviroworks, Guardian Construction, Lectra-Serv, Inc., BrandSafway, LYNCO Electric, Zema Electric, McKenzie Construction, PMSI, and Pettigrew & Associates. The document explicitly states that oral comments are not binding and must be confirmed in writing. Contractors have a 4-day window to submit written concerns about oral information that they believe alters contract requirements. Only formal written contract modifications issued by the Contracting Officer are considered binding.
    The document is a map and directory for Carlsbad Caverns National Park housing units in New Mexico, produced by the National Park Service. It provides directions to the housing area, identifies specific housing units (permanent, seasonal, and researcher housing), and marks other buildings such as offices and workspaces, including the Housing Office and a Fitness Room. Key landmarks like Rattlesnake Springs and the Maintenance Yard are also indicated. The map includes details like PMIS numbers for certain areas and a legend clarifying different housing types and features. This document serves as a guide for employees and researchers, detailing the layout and location of essential facilities within the park's housing infrastructure.
    A mandatory pre-bid meeting is scheduled for 9:00 AM MST outside the Facilities Maintenance Building parking lot. Attendees should look for signs. The approximate grid coordinates for a left turn are 32.180083, -104.443746. This meeting is crucial for all potential bidders to understand the project requirements and ask questions before submitting their proposals, typical for government RFPs and grants.
    The document outlines a project to modernize the sewer system and watermain at Carlsbad Caverns National Park in Eddy County, New Mexico. The project, titled "MODERNIZE SEWER SYSTEM, BAT FLIGHT DRAW HOUSING AND ADMIN AREA LIFT STATION, AND 8" WATERMAIN," involves significant ground-disturbing activities. Key general notes emphasize the contractor's responsibility for accurately locating and protecting existing utilities, verifying site conditions, and protecting existing infrastructure, buildings, trees, and landscaping. The project requires archaeological monitoring, a Storm Water Pollution Prevention Plan (SWPPP), prevention of non-native plant introduction, and proper disposal of debris and removed vegetation. Due to the presence of karst features, geophysical surveys and soil borings are mandated to assess void risks. Revegetation efforts are planned in sections due to the project's extended timeline. The document also provides a detailed sheet index for the construction drawings and defines existing and proposed symbols and abbreviations.
    This government file outlines the
    This government file details a project to modernize the sewer system, replace the Bat Flight Draw (BFD) Lift Station, and upgrade an 8-inch watermain at Carlsbad Caverns National Park in New Mexico. The project is divided into three main components, each with specific work requirements, including replacing gravity sewer lines, demolishing and constructing a new lift station with controls, and replacing an 8-inch watermain. The work involves extensive excavation, rock trenching, demolition, installation of new piping and manholes, and significant hardscape and landscape repair, including revegetation. Strict environmental and operational restrictions are in place, such as prohibitions on blasting and directional drilling, limitations on work hours, noise levels to protect bats, and requirements for archaeological and historical preservation. The project emphasizes detailed coordination, submittals, and adherence to specific pricing requirements for contract modifications, ensuring all work is performed under a single prime contract with a 658-calendar day completion limit.
    This government file outlines the "Replace Aged and Failing Water System in Historic District" project at Carlsbad Caverns National Park in New Mexico. The project, managed by the National Park Service, involves replacing the existing water distribution system within the housing and administration area. Key aspects include field verifying existing utility locations, installing new water mains with a minimum 30-inch cover, and ensuring a minimum 12-inch vertical separation between water and dry utilities. The contractor is responsible for archaeological monitoring, storm water pollution prevention, and protecting historical features. Geological surveys highlight potential karst features, requiring exploratory borings. Staging areas are designated at a gravel pit, historic tennis courts, and the Visitor Center West Parking Lot. The project emphasizes environmental protection, historical preservation, and meticulous planning for utility replacement and site restoration.
    The Carlsbad Caverns National Park seeks to replace its aged and failing water system in the Administration and Housing Area, Carlsbad, New Mexico. This project, identified as PMIS NO. 332397, involves the National Park Service and the Intermountain Regional Office-Facility Management. Construction documents, including the project manual, were prepared in March 2025. The initiative aims to modernize essential infrastructure to ensure reliable water supply and system functionality within the park's administrative and residential zones, highlighting a critical upgrade to support park operations and resident well-being.
    HDR Engineering, Inc. conducted an electrical resistivity (ER) and ground penetrating radar (GPR) survey at Carlsbad Caverns National Park to identify subsurface voids and existing utilities along a proposed electrical duct bank alignment. The project, located in Eddy County, NM, aimed to detect shallow voids in limestone within 15 to 50 feet of the surface and map utilities like electrical, telecom, fiber optic, water, and sewer lines. Fieldwork, performed from May 12-21, 2020, utilized ER tomography for void detection in areas without utility interference and GPR in utility-rich or paved areas for void and utility identification. The RD8000 Locator and Global Positioning System (GPS) were used for utility tracing and accurate spatial data collection. The survey identified several high-amplitude resistivity anomalies and GPR signatures consistent with potential voids, along with mapping various utilities to inform the electrical system design and construction. The report includes detailed data results, figures, and coordinates of interpreted anomalies.
    Collier Geophysics was contracted by the U.S. National Park Service to conduct geophysical surveys at Carlsbad Caverns National Park to assess and map the risk of subsurface voids and karst features across six areas totaling approximately 35 acres. The primary goal was to support facilities management planning for future below-grade utility work. Three geophysical methods were deployed: Ground Penetrating Radar (GPR) for shallow karst potential in paved areas, Frequency Domain Electromagnetics (FDEM) as a supplementary method for unpaved areas, and Electrical Resistivity Tomography (ERT) for deeper karst potential. The survey identified high and moderate risk zones, particularly in Areas 1-4 and 6. Areas with dense infrastructure or large amounts of dense carbonate rock posed challenges, reducing data quality and confidence in results. The report details the methods, processing workflows, and interpretations, noting that geophysical anomalies indicative of karst features were identified and integrated into combined risk assessment maps.
    Collier Geophysics was contracted by the National Park Service (Contract: 140P1322P0045P) to conduct a geophysical investigation across six areas at Carlsbad Caverns National Park, New Mexico. The primary goal was to assess and map the risk of voids and karst features in the shallow subsurface to support future utility improvements and excavations. The study utilized Ground-Penetrating Radar (GPR) for shallow karst potential in paved areas, Frequency-Domain Electromagnetic (FDEM) as a supplementary method for unpaved areas, and Electrical Resistivity Tomography (ERT) for deeper karst potential. The results identified high and moderate risk zones based on geophysical anomalies indicative of karst, with GPR being the most precise method. Areas 1-4 and 6 showed several high and moderate risk zones, while Area 5, characterized by dense carbonate rock, presented data acquisition challenges but still yielded risk interpretations based on geophysical trends and geological observations. The report emphasizes consulting detailed anomaly maps alongside simplified risk maps due to inherent limitations in remote sensing interpretations and data quality variations, especially in areas with dense infrastructure.
    The provided document is a Hydrant Test Report form, designed for recording critical data from fire hydrant performance tests. It includes fields for date, time, nozzle size, coefficient, pressure, flow rates (total and at 20 psi), test duration, water used, static pressure, residual pressure, and pitot pressure. The report emphasizes adherence to the American Water Works Association Manual of Water Supply Practices M17 for testing procedures and must be used with a hydrant location map. Accompanying the report is a fire hydrant map for the Carlsbad Caverns Admin and Staff Housing, detailing the locations of five fire hydrants (FH#1 to FH#5), water mains (8" and 4"), and a water storage tank, crucial for emergency response planning and infrastructure maintenance.
    General Decision Number NM20250012, effective April 18, 2025, outlines heavy construction wage rates for ten New Mexico counties (De Baca, Eddy, Grant, Hidalgo, Lea, Lincoln, Luna, Roosevelt, Sierra, and Socorro). It supersedes NM20240012. The document details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). It also includes wage rates and fringes for various crafts, such as electricians, ironworkers, carpenters, laborers, operators, pipefitters, plumbers, and truck drivers, with specific zone rates for electricians in certain counties. Welders receive the rate of the craft they are assisting. The document also addresses the appeal process for wage determinations and outlines identifiers for union, union average, survey, and state-adopted wage rates. Additionally, it highlights Executive Order 13706, which mandates paid sick leave for federal contractors.
    The CAVE WATER AND SEWER project, identified by PMIS 332397-313146-317759, outlines a comprehensive plan for water and sewer infrastructure improvements. The core project, CLIN 1, focuses on replacing the aged water distribution system in a historic area, encompassing tasks like borings, trenching, demolition, pipe installation, and hardscape/landscape repair. Additionally, three options are presented: OPTION 1 involves the installation of a master meter pit (PMIS 332397), OPTION 2 details the relocation of the Bat Flight Draw Lift Station (PMIS 313146), which includes demolition, bypass pumping, rock trenching, conveyance piping, and new lift station components. OPTION 3 addresses the replacement of an 8-inch water transmission line in Bat Cave Draw (PMIS 317759), involving borings, rock trenching, conveyance piping, and hardscape/landscape repair. The document details the various components and services required for each phase, with quantities listed as lump sum (LS) units.
    Amendment 0001 to Solicitation 140P2026R0007 provides information for a second site visit related to a government contract. The site visit is scheduled for Wednesday, December 17, 2025, at 08:30 MT Standard. Prospective attendees must RSVP by email to Edwin Berry (edwin_berry@nps.gov) and Brian Baugh (brian_baugh@contractor.nps.gov) by December 1, 2025, no later than 14:00 MT Standard. This amendment emphasizes that offers must acknowledge receipt by one of the specified methods to avoid rejection. All other terms and conditions of the original solicitation remain unchanged.
    This amendment (140P2026R0007-0002) modifies a solicitation, not a contract, and aims to provide specific details for a site walk. The amendment includes the location and a map for the site walk. Offerors must acknowledge receipt of this amendment by November 7, 2025, using one of three methods: completing and returning copies of the amendment, acknowledging receipt on each submitted offer, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of an offer. Any changes to an already submitted offer due to this amendment must also be made via letter or electronic communication, referencing the solicitation and amendment, and received before the opening hour and date. The issuing office is NPS, DSC Contracting Services Div, located at 1 Denver Federal Center, Building 50, P.O. Box 25287, Denver CO 80225-0287. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to Solicitation 140P2026R0007, issued by the NPS, DSC Contracting Services Div in Denver, CO, modifies the original solicitation. This amendment aims to provide a sign-in sheet for the Pre-Bid Proposal Conference Site Visit and a Past Performance Questionnaire (PPQ). Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, or by separate communication, ensuring receipt by the specified hour and date to avoid rejection of their offer. The amendment clarifies that the hour and date for receipt of offers are not extended. All other terms and conditions of the original solicitation remain unchanged.
    The
    Lifecycle
    Title
    Type
    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--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the construction of new structures and the demolition of existing ones, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026, at 2:00 PM MT. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, which involves the construction and rehabilitation of wastewater treatment facilities in Yellowstone National Park. The project aims to replace the existing Grant Village Wastewater Treatment Plant and improve the collection systems in both Grant and Canyon Villages, ensuring compliance with environmental standards and enhancing operational efficiency. This significant infrastructure initiative is valued at over $10 million, with a proposal submission deadline set for January 7, 2026, at 2:00 PM Mountain Time. Interested contractors can reach out to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further details and clarifications.
    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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and visitor centers, with a capacity of up to 60,000 gallons per day. The contract encompasses a comprehensive scope of work, including demolition, civil and landscaping work, and the construction of multiple buildings, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.