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, specifically the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) agreement, with a completion timeline of 390 calendar days and provisions for liquidated damages for delays. Interested contractors should contact Edwin Berry at edwin_berry@contractor.nps.gov or 303-969-2288 for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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.
    The
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), 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 work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and 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
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    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 plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
    Water System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Santa Fe Water System Upgrades project, which involves the replacement of three drinking water systems at high-use recreation sites in Pecos, New Mexico. The project requires the provision of all labor, materials, and equipment necessary for trenching, installing water lines, constructing pump houses, and integrating water system accessories, with an estimated contract value between $500,000 and $1,000,000. This initiative is crucial for ensuring safe drinking water access at the Jacks Creek Campground, Field Tract Campground, and Panchuela Administrative Site, enhancing the overall visitor experience in the area. Interested contractors must submit their proposals by 3:30 PM PST on December 9, 2025, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for Horizontal Directional Drilling (HDD) services under Solicitation No. 140R4026R0002 for the NGWSP Block 2-3 project in New Mexico. The project entails the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various locations, including Nenahnezad Bluff and the San Juan River, with a total length of approximately 10,000 feet. This procurement is critical for enhancing water supply infrastructure in the region, and the contractor is expected to complete the work within 834 calendar days, starting from May 20, 2026, to September 21, 2027. Interested bidders must submit their offers by 13:00 local time on February 25, 2026, and are encouraged to contact Amy Loveless at aloveless@usbr.gov or 801-524-3790 for further information.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.