NGWSP BLOCK 2-3 HDD
ID: 140R4026R0002Type: 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'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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Bureau of Reclamation is issuing a pre-solicitation notice for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3 Horizontal Directional Drilling (HDD) construction project. This small business set-aside, estimated between $30M and $60M, involves HDD for 42-inch and 36-inch buried water pipelines in New Mexico. The solicitation, number 140R4026R0002, is expected to be released around October 29, 2025, on sam.gov. A substantial bid guarantee of 20% and 100% payment/performance bonds will be required. A pre-award site visit is anticipated around November 5, 2025. Interested parties must be registered in SAM. Questions regarding the draft solicitation are due one week after its posting.
    The U.S. Department of the Interior released a solicitation in October 2025 for Horizontal Directional Drilling (HDD) services for the Navajo-Gallup Water Supply Project in New Mexico, specifically for the San Juan Lateral – Block 2-3. The project involves installing 42-inch and 36-inch buried water transmission pipelines across various locations, including Nenahnezad Bluff, Shumway Arroyo, San Juan River, and Chaco River. The solicitation details price schedules for Reach 2 and Reach 3, outlining specific Contract Line Item Numbers (CLINs) for mobilization, construction water, utility investigations, as-built and final drawings, dust abatement, and HDD work for each crossing. It also includes general requirements for project management, coordination, and the implementation of a Contract Document Management System (CDMS) for tracking all project-related documentation. The Contractor is responsible for ensuring compliance with New Mexico and Navajo Nation Gross Receipts Taxes and is subject to strict guidelines regarding work restrictions, environmental controls, safety, and cultural resource protection. Key personnel qualifications and a detailed construction program with critical path method scheduling are also required, emphasizing the project's complexity and the need for meticulous planning and execution.
    The document outlines the Navajo-Gallup Water Supply Project, specifically focusing on Horizontal Directional Drilling (HDD) for the San Juan Lateral - Block 2 - 3 in New Mexico. It details general maps, location maps, and specific plan and profile drawings for three major HDD crossings: Shumway Arroyo, the San Juan River, and Nenahnezad Bluff, and Chaco River. The project involves installing pipelines of various diameters (36-inch and 42-inch) with specified hydrostatic pressure heads (e.g., 36HDD375, 42HDD600). The document includes geological notes, pipe classifications, symbols, abbreviations, and construction ROW information. It also provides details on pipe laydown areas and contractor use areas for each HDD site. The purpose is to provide comprehensive engineering and geological data for the project's execution, emphasizing safety and compliance.
    The document provides detailed geological and location maps, along with drill hole logs, for the Navajo-Gallup Water Supply Project, specifically focusing on the San Juan Lateral Reach 2 and Reach 3 PNM Alternative in Farmington, New Mexico. The files include location maps of various counties in New Mexico, project components like pumping plants and pipelines, and exploration sites. Detailed drill hole and test pit point tables with Northing, Easting, Longitude, and Latitude coordinates are provided. Geological profiles for the San Juan River HDD, Farmers Mutual Ditch, and Shumway Wash HDD detail stratigraphy, soil classifications (e.g., clayey sand, poorly graded sand, sandstone), and engineering properties. General notes emphasize coordinates based on the New Mexico State Plane West Zone and include ground-to-grid conversion factors. The document highlights preconstruction investigations for pipeline alignment and HDD, emphasizing the geological conditions encountered.
    The Past Performance Questionnaire is a critical document for evaluating contractor performance in government solicitations, including federal RFPs, grants, and state/local RFPs. It gathers comprehensive information on a contractor's firm details, contract specifics (type, value, dates), project descriptions, and client information. The questionnaire includes adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with detailed definitions to assess performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Clients are encouraged to complete and submit this form directly to the offeror or Reclamation to ensure an objective evaluation of the contractor's past performance, which is vital for assessing risk in future government contracts.
    The "EXPERIENCE WORKSHEET" is a two-page form designed to document a contractor's project experience, typically used in government RFPs, federal grants, or state/local RFPs. It captures essential project details such as name, location, contract number, customer information, and contract type (e.g., Design-Build, Design-Bid-Build). The form also requires specifying the contractor's role (e.g., Principal Designer, Principal Constructor) and point of involvement (e.g., Conceptual, Planning, Design, Construction). Key project metrics include a detailed description of scope and complexity, original and actual completion dates with explanations for discrepancies, and original versus final contract amounts with justifications for budget variances. Additionally, the worksheet prompts for a description of problems encountered during performance and the corrective actions taken. This comprehensive document allows government entities to evaluate a bidder's past performance and suitability for future projects.
    The document outlines a standard government request for proposal (RFP) or grant application template for key personnel, focusing on professional qualifications and experience. It requires detailed information on proposed personnel, including their primary or alternate role, position, and professional licensing. The education section asks for academic background, degrees, majors, minors, completion dates, and specialized training. The core of the document is the 'Qualifying Experience' section, which demands information on three past projects. For each project, applicants must provide the project name, location, dates, position(s) held and duration, delivery method (Traditional Design-Build, Progressive Design-Build, or Other), customer details (name, address, phone, email), and descriptions of project features and duties/responsibilities. This structure aims to evaluate the suitability of key personnel based on their relevant education, training, and practical experience in similar projects, which is critical for federal, state, and local government contracts and grants.
    The provided text outlines the federal government's policy regarding the administration of construction contracts, specifically focusing on the definitization of equitable adjustments for change orders. It references Federal Acquisition Regulation (FAR) 36.211(b), which mandates agencies to provide clear policies, procedures, and data on the timeline for finalizing these adjustments. The document directs readers to a specific Department of the Interior (DOI) website for detailed information on these construction contract administration policies. This information is crucial for understanding compliance and procedural requirements in federal construction projects, particularly within the context of government RFPs and grants.
    The document, Solicitation 140R4026R0002, titled "NGWSP Block 2-3 HDD," outlines critical provisions for a government contract, likely an RFP. It details the consequences of contract termination for default, holding bidders liable for excess costs and utilizing bid guarantees to offset differences. The document mandates a site visit for offerors on Tuesday, December 2, 2025, at 10 am MT, meeting at the Four Corners Construction Office in Farmington, NM, to inspect the work site, referencing clauses on differing site conditions and investigations. It also addresses authorized deviations in provisions, specifying that any FAR or Department of the Interior Acquisition Regulation deviation will be indicated by "(DEVIATION)" after the date or regulation name. Lastly, it defines "Trade Secret" for the purpose of protecting proposal information under the Freedom of Information Act.
    The Bureau of Reclamation, Upper Colorado Region, has issued Solicitation No. 140R4026R0002 for Horizontal Directional Drilling (HDD) services for the Block 2-3 pipeline alignment. The project, issued on November 17, 2025, requires HDD for a 42-inch buried water transmission pipeline crossing (Reach 2 Nenahnezad Bluff, approximately 3,295 feet) and three 36-inch buried water transmission pipeline crossings (Reach 2 Shumway Arroyo, approximately 2,000 feet; Reach 2 San Juan River, approximately 2,400 feet; and Reach 3 Chaco River, approximately 2,080 feet). The work is located in San Juan County, New Mexico, beginning south of the Frank Chee Willetto Reservoir and terminating at the San Juan Lateral Water Treatment Plant. The contractor must begin performance within 21 calendar days and complete it within 834 calendar days after receiving notice to proceed, with a performance period from May 20, 2026, to September 21, 2027. Offers are due by 13:00 local time on February 25, 2026, and must remain open for Government acceptance for at least 60 calendar days. This is a Firm-Fixed Price (FFP) contract requiring a full-time safety representative, quality control representative, and qualified survey personnel.
    Lifecycle
    Title
    Type
    NGWSP BLOCK 2-3 HDD
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    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--NGWSP INTAKE & RIVER PUMPING PLANT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    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 edwinberry@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.
    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--Sources Sought Notice for AVC Crowley Reach 1
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation's Great Plains Regional Office, has issued a Sources Sought notice for the Arkansas Valley Conduit (AVC) Crowley Reach 1 project, aimed at identifying small businesses capable of serving as prime contractors for this significant construction endeavor. The project involves the installation of approximately 5.3 miles of 30-inch water transmission pipe, along with associated improvements, to provide reliable municipal and industrial water to 40 communities in southeastern Colorado, ultimately serving a projected future population of 50,000. The estimated project cost ranges from $40 million to $65 million, with work located around Boone, Colorado, and along Colorado State Highway 96. Interested firms are encouraged to submit their company information, business classification, bonding capability, a brief capabilities statement, and a list of relevant past projects by December 5, 2025, to the primary contact, Monica Burgio, at mburgio@usbr.gov or by phone at 801-524-3780.
    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.
    AVC Crowley Reach 1 Sources Sought Notice
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking small business sources for the Arkansas Valley Conduit (AVC) Crowley Reach 1 construction project in Pueblo County, Colorado. This project involves the installation of approximately 5.3 miles of 30-inch potable water transmission pipe, along with associated improvements such as valve assemblies, wash crossings, and traffic management systems. The AVC is a critical infrastructure initiative aimed at supplying municipal and industrial water to 40 communities in southeastern Colorado, with an estimated project value between $40 million and $65 million. Interested firms must submit their company information, business classification, bonding capability, and a brief capabilities statement by December 5, 2025, to the primary contact, Monica Burgio, at mburgio@usbr.gov or by phone at 801-524-3780.
    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.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    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.