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.
This government file, Amendment No. 002 for the Navajo-Gallup Water Supply Project, outlines the "Use of Site," "Work Restrictions and Limitations," "Submittals," "Temporary Safety Fence," "Pesticides," and "Protected Species" for the San Juan Lateral – Block 2-3 Horizontal Directional Drilling. It details requirements for site usage, including necessary plans for land use, landscape rehabilitation, and optional onsite security. The document specifies work hours, restrictions near critical infrastructure (Shumway Arroyo, San Juan River, Chaco River HDDs), and environmental controls. A comprehensive list of submittals with due dates, types, and responsible codes is provided. Special attention is given to the protection of migratory birds, Mesa Verde Cactus, raptors, Ferruginous Hawks, and Burrowing Owls, including survey requirements and buffer zones.
This government solicitation, Amendment No. 003 for the Navajo-Gallup Water Supply Project, outlines revised price schedules and specifications for Horizontal Directional Drilling (HDD) on the San Juan Lateral – Block 2-3. It details payment terms for various construction line items (CLINs) across two price schedules (Reach 2 and Reach 3), including mobilization, construction water, utility investigations, as-built and final drawings, dust abatement, pilot bores, HDD, and conductor casings for locations such as Shumway Arroyo, San Juan River, Nenahnezad Bluff, and Chaco River. The document also includes extensive requirements for coatings, specifying reference standards, submittals, delivery, storage, handling, ambient and project conditions, equipment, abrasives, coating materials, fillers, caulks, and miscellaneous materials. Detailed application procedures for shop and field painting, galvanic and dielectric isolation, surface preparation, compressed air equipment, and quality control testing are provided, along with performance requirements for coated pipe surfaces and interior linings for immersion exposure.
This government file, Amendment No. 003005 for the Navajo-Gallup Water Supply Project, specifically addresses the San Juan Lateral – Block 2-3 Horizontal Directional Drilling (HDD) work. It outlines detailed measurement and payment procedures for various HDD components at Shumway Arroyo, San Juan River, Nenahnezad Bluff, and Chaco River crossings, including pilot bores, HDD installations, conductor casings, and Chaco River access roads. The document defines key terms related to HDD, lists numerous reference standards from organizations like API, ASTM, and AWWA, and specifies extensive requirements for labor, equipment, and materials. A significant portion of the file is dedicated to submittal requirements, including detailed work plans, contingency plans, drilling plans, calculations for each crossing, daily reports, drilling fluid management plans, and final reports. Contractor qualifications for HDD experience, welding, fusing, grouting, and surveying are also thoroughly detailed. The overall purpose is to provide a comprehensive framework for the safe and effective implementation of horizontal directional drilling for pipeline installation within the Navajo-Gallup Water Supply Project.
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 details the Horizontal Directional Drilling (HDD) Plan and Profile for the Nenahnezad Bluff section of the Navajo-Gallup Water Supply Project in New Mexico. It outlines a 3294 linear feet 42-inch HDD600 pipeline, including the proposed Nenahnezad HDD with specific coordinates for its start and end points. The plan features a profile view with elevation details, intersection zones, and depths relative to existing infrastructure like the NTUA and APS waterlines, and buried telecom lines. Geological information, including drill hole stick logs and soil types, is provided. Key notes emphasize the requirement for conductor casing, capping pipe ends, and restrictions on construction equipment driving across the bluff. The document, prepared by the Bureau of Reclamation, indicates it's a design and construction plan with revisions from November 2025, highlighting safety and compliance in its execution.
This document outlines the Horizontal Directional Drilling (HDD) for the Nenahnezad Bluff section of the Navajo-Gallup Water Supply Project in New Mexico. It details the plan and profile for the 3294 linear feet (3323 feet pipe length) 42-inch HDD, including coordinates for the start and end points (N=2089075.44, E=2541214.56 and N=2086090.79, E=2539823.11, respectively). The file specifies the proposed pipe laydown area, a 250' x 200' staging area, and a contractor use area with defined parcel lines and bearings. The plans also indicate existing utilities like NTUA and APS waterlines, buried telecom lines, and roads (N367, N362) that intersect the HDD path. Safety notes include required conductor casing, capping/blind flanging ends, and restrictions on construction equipment driving across the bluff without approval. The document was prepared by the U.S. Department of the Interior, Bureau of Reclamation, with designs by A. Marner and K. Pelzer, and geology by Chris Beyer and Kristopher Graham.
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 General Decision Number: NM20250040 provides prevailing wage rates for heavy construction projects in San Juan County, New Mexico, effective January 24, 2025. This document outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). It also details prevailing wage rates for various construction trades, including carpenters, electricians, cement masons, ironworkers, laborers, operators, and truck drivers, along with their associated fringe benefits. The document also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. Procedures for appealing wage determinations and adding unlisted classifications are also provided, ensuring adherence to labor standards and fair wage practices.
This document, General Decision Number NM20250046, outlines prevailing wage rates and labor standards for building construction projects in San Juan County, New Mexico, excluding single-family homes or apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, specifying applicability based on contract dates. The file lists wage rates and fringes for various trades such as Asbestos Worker, Carpenter, Electrician, Ironworker, Pipefitter, Plumber, Sheet Metal Worker, Cement Mason, Laborer, and Operator. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The document provides guidance on how to appeal wage determinations, including initial decisions, requests for reconsideration by the Wage and Hour Administrator, and appeals to the Administrative Review Board.
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 Navajo-Gallup Water Supply Project (NGWSP) held a pre-bid conference on December 2, 2025, for the Block 2-3 Horizontal Directional Drilling (HDD) project. This $2.2 billion federal initiative, which began construction in June 2012, aims to deliver water through 300 miles of pipelines, treatment plants, and pumping stations. The Block 2-3 HDD project involves approximately 1.8 miles of steel and HDPE/PVC pipeline crossings, including the San Juan River, Nenahnezad Bluff, Shumway Arroyo, and Chaco River, each presenting unique challenges such as elevation differences, difficult terrain, and existing infrastructure. Bids for the Block 2-3 HDD project are due by February 25, 2026, with an anticipated award date of May 20, 2026, and a construction completion target of September 21, 2027. The project also outlined acquisition, environmental, cultural, and safety requirements, with specific points of contact for inquiries.
This document addresses questions and clarifications regarding a government RFP for Horizontal Directional Drilling (HDD) projects. Key areas include transient and operating pressures for piping, confirming that listed transient pressures are inclusive of operating pressures and are considered occasional. The response clarifies site use, confirming that an optional onsite security plan is only required if an employee lives on-site and that temporary construction roads must be restored to original contours, but revegetation is not part of this contract. Work restrictions are detailed, allowing after-sunset work with approval and proper illumination, with Sunday work also subject to approval. Drilling on the Shumway Arroyo HDD is restricted to November 1 to February 28. The document also addresses requirements for Contract Document Management System (CDMS) licenses, affirming that submittal due dates will remain as scheduled despite requests for reduction, and outlines the process for protected species discoveries and potential construction delays. Lastly, it states that contractors are responsible for determining the amount of gravel surfacing for access roads, with no minimum thickness specified.
This government file addresses numerous questions and clarifications regarding Horizontal Directional Drilling (HDD) projects, specifically focusing on technical specifications, material requirements, disposal procedures, and project management. Key topics include reaming step sizes, interior coating requirements for the San Juan HDD, nominal pipe sizes, conductor casing removal, and the applicability of the Buy American clause. The document also clarifies acceptable materials like 36” DR 21 FPVC for river crossings, drilling fluid disposal, mud engineer qualifications, hydro-test requirements, soil abrasiveness testing, final ream pass requirements, allowable work hours, frac-out contingency plans, and drill rod inspection. Additionally, it covers pipe wall thickness calculations, tracking systems, drilling fluid check frequency, mid-weld hydrostatic testing, and the rationale behind HDD construction dates. The file also addresses modifications to bore profiles, conductor casing adjustments, optional intersect locations, concrete reverse anchors, and the availability of geotechnical information and Civil3D files. Finally, it discusses pricing for uninstalled casing, sacrificial pipe lengths, HDPE pipe specifications, changes to terminology, and field quality testing for polyethylene pipe.
This government file details questions and responses related to a Horizontal Directional Drilling (HDD) project, likely part of a federal RFP. Key issues raised by a contractor include the need for a bid form modification to accommodate an 1,100 linear foot plastic pipe option for the Shumway HDD, in addition to the existing 2,000 linear foot metallic option. The Bureau of Reclamation (BOR) response indicates that plastic pipe usage should be specified and quantities modified accordingly. Another significant concern is the restrictive 6-inch reaming step size for the Nenahnezad Bluff HDD, which the contractor argues is not industry standard, increases risk and cost, and could lead to project delays and equipment failure. The BOR maintains no change will be made to this specification. Finally, the contractor highlights concerns regarding steel and HDPE pipe wall thickness requirements, stating that the current specifications are based on internal pressure and may not adequately account for the greater stresses of HDD installation. For the HDPE Shumway HDD, a minimum DR11 is suggested instead of the specified maximum DR13.5, but the BOR again confirms no changes will be made.
The document is an attendance record for a Pre-Bid Conference and Site Tour held on December 2, 2025, at 10:00 AM MT, for the Navajo Gallup Water Supply Project's San Juan Lateral Block 2-3 Horizontal Directional Drilling. The record lists attendees from various organizations, including USBR (U.S. Bureau of Reclamation), Flatland Energy, Huxted Trenchless, WCA Construction, Michels, Brierley Associates, Global Underground, Atlas Trenchless, Hamula SWOB, and Underground Solutions. The purpose of this conference and tour was likely to provide potential bidders with an overview of the project and an opportunity to assess the site conditions, which is standard practice in federal government RFPs for large-scale infrastructure projects.
This amendment (140R4026R0002) to a solicitation from the Bureau of Reclamation, Upper Colorado Region, located in Salt Lake City, UT, makes several key changes. The effective date of the amendment is November 17, 2025. It corrects an error on page 10, block 11 of the original solicitation, clarifying that the contractor must begin performance within 21 calendar days and complete it within 469 calendar days after receiving notice to proceed, with the performance period being negotiable. Additionally, the amendment provides the Site Visit Sign-in Sheet and presentation slides from the December 2, 2025, site visit. The period of performance for the contract is specified as May 20, 2026, to September 21, 2027. This document emphasizes the importance of acknowledging the amendment by the specified hour and date to prevent rejection of offers.
This document is an amendment to Solicitation No. 140R4026R0002, issued by the Bureau of Reclamation, Upper Colorado Region, in Salt Lake City, UT. The amendment, number 0002, has an effective date of November 17, 2025. Its purpose is to incorporate questions and responses, and to update several specifications, including "Use of Site," "Work Restrictions and Limitations," "Submittals," "Temporary Safety Fence," "Pesticides," "Protected Species," and "Gravel Surfacing." Additionally, Drawing Sheet 8 of 1695-D-62139, titled "Nenahnezad Bluff Plan and Profile," has been updated. The period of performance for the solicitation is from May 20, 2026, to September 21, 2027. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
This amendment to solicitation 140R4026R0002-0003 for the NGWSP Block 2-3 Horizontal Directional Drilling (HDD) project outlines critical updates and requirements for offerors. Key revisions include the addition of remaining questions and responses, and updated specifications for Sections 00 00 50 (Section B), 09 96 20 (Coatings), and 33 05 22 (Horizontal Directional Drilling). Several drawings, specifically Sheets 8, 9, and 14 related to Nenahnezad Bluff, have also been updated. The period of performance for this contract is from May 20, 2026, to September 21, 2027. The document details two price schedules, Reach 2 and Reach 3, for various supplies and services, including mobilization, construction water, utility crossing investigations, as-built and final drawings, water for dust abatement, and multiple pilot bore, HDD, and conductor casing installations for areas like Shumway Arroyo, San Juan River, Nenahnezad Bluff, and Chaco River. Offerors must include applicable New Mexico Gross Receipts Tax (6.8125%) and Navajo Nation Gross Receipts Tax (6.00%) in their proposals. The document also specifies a proposed 30-day rate for on-site NTP (Notice to Proceed) delays caused by Reclamation. The amendment clarifies methods for acknowledging receipt and making changes to already submitted offers. Supporting attachments include detailed specifications, drawings, geological data, wage determinations, and forms for past performance, project experience, key personnel, and construction contract administration.
This amendment (0004) to solicitation 140R4026R0002, dated November 17, 2025, from the Bureau of Reclamation, Upper Colorado Region, modifies the original solicitation. Key changes include correcting Block 11 of the SF 1442 to specify a performance period of 21 calendar days to begin performance and completion within 469 calendar days after notice to proceed, and incorporating responses to remaining questions. The period of performance is officially set from May 20, 2026, to September 21, 2027. Offerors must acknowledge this amendment via specified methods (completing items 8 and 15, acknowledging on each offer copy, or by separate communication) to avoid rejection of their offer.
This government solicitation, 140R4026R0002-0005, outlines requirements for the NGWSP Block 2-3 Horizontal Directional Drilling (HDD) project. It includes updates to specifications and proposal instructions, setting the performance period from May 20, 2026, to September 21, 2027. Offerors must submit proposals by February 25, 2026, at 1 PM MT, acknowledging amendments and adhering to strict formatting and content guidelines across three volumes: Business, Technical, and Pricing. The technical proposal requires a detailed approach to HDD, staff qualifications, and a quality control plan. Past performance and safety records are crucial for evaluation, including specific incident rates and safety programs. The pricing proposal must be complete, reasonable, and include bonding capability and insurance details. Electronic submissions are mandatory via Microsoft Teams, Kiteworks, or email, with strict adherence to file size and format requirements.
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.