J--This contracting action is to obtain an all-inclus
ID: 140R3025Q0036Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS (J047)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is preparing to reissue a solicitation for maintenance services related to equipment at Hoover Dam, Parker Dam, and Davis Dam. The procurement aims to secure comprehensive maintenance, repair, and rebuilding services for pipes, tubing, hose, and fittings, as well as associated equipment testing, with a contract period anticipated from September 1, 2025, to August 31, 2030. This initiative is crucial for ensuring the operational integrity and safety of critical infrastructure within the U.S. energy sector. Interested vendors should contact Luis Gallardo at lgallardo@usbr.gov or call 928-343-8129 for further information, noting that the solicitation has been canceled due to premature posting and will be reissued once finalized.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines key clauses and requirements pertaining to federal procurement contracts, particularly emphasizing electronic invoicing, contractor performance evaluations, security protocols, and compliance with various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) standards. Notable clauses include requirements for electronic payment submissions via the Invoice Processing Platform (IPP), mechanisms for evaluating contractor performance through the Contractor Performance Assessment Reporting System (CPARS), and strict security measures for contractor personnel accessing government facilities. Significant attention is placed on ensuring contractor compliance with safety protocols, especially in context to COVID-19, and the necessity of protecting sensitive information. Additionally, it calls for adherence to provisions regarding subcontracting limitations, ensuring that small businesses engage similarly situated entities where applicable. The document's structure follows a logical flow, starting with overarching contract terms, followed by specifications for performance and invoicing, and concluding with compliance requirements. Overall, this guidance reflects the government's commitment to transparency, accountability, and regulatory adherence in the procurement process, ensuring that contractors meet necessary standards while facilitating operational effectiveness within federal projects.
    This document outlines the requirements for an all-inclusive contract for the maintenance of Atlantium HOD Ultra-Violet (UV) Lights at Davis, Hoover, and Parker Dams over a five-year period (FY 2026-2030). The contractor will perform quarterly preventive and corrective maintenance, including cleaning, lamp supply, calibration, and emergency repairs, all conducted by factory-trained technicians. The contractor is responsible for labor, materials, and tools while adhering to strict federal security protocols for personnel working on site. Key submittal requirements include safety programs and employee certifications to be delivered within specified timelines. Maintenance work is to be scheduled on weekdays, avoiding federal holidays, and all work must be coordinated via designated government contacts. Emphasizing safety and compliance, the contractor must conform to Reclamation’s safety standards and submit necessary health and hazard data prior to any hazardous work. The document highlights the federal government’s objective of ensuring safe and efficient maintenance operations while outlining clear responsibilities and procedures for the contractor. Overall, this maintenance contract supports the operational integrity and safety of critical infrastructure in the U.S. energy sector.
    The Department of the Interior's Bureau of Reclamation issues a Notice of Intent to Sole Source a maintenance contract for an Atlantium HOD UV Light system. This system is crucial for controlling quagga mussel growth in cooling water systems at Hoover, Parker, and Davis Dams. The solicitation, labeled Sol. No. 140R3025Q0036, is classified as noncompetitive, as Atlantium Technologies Ltd. is determined to be the only capable provider for the required services. The anticipated contract will be a Firm-Fixed Price agreement, spanning one base year with the possibility of four additional option years, with services slated to commence in September 2025. Interested parties are invited to submit capability statements by May 28, 2025, for consideration. All relevant contract award information will be made available on the System for Award Management website. Questions can be directed to a designated agency representative via email.
    The document outlines a price schedule for the maintenance of UV light systems at three specific dams: Hoover Dam, Parker Dam, and Davis Dam. It encompasses five scheduled service periods spanning from September 1, 2025, to August 31, 2030. Each period is broken down into quarters, with maintenance options detailed for both the base year and four subsequent option years. Each line item specifies maintenance service for each dam over a yearly basis, allowing for ongoing assessment and budgeting for the federal government. The file emphasizes the structured approach to securing contractor services for essential maintenance, ensuring all three dams are consistently operational. The inclusion of multiple scheduling options provides flexibility in resource allocation, which is important for long-term project planning within federal and state frameworks. Overall, this document serves as a formal proposal component for ensuring regulatory and operational needs are met over an extended timeframe.
    This document serves as an amendment to a solicitation for a project under the Bureau of Reclamation, indicating the cancellation of the original solicitation due to premature posting. The requirement for the solicitation is still under development and will be reissued at a later date. The amendment outlines the importance of contractors acknowledging the receipt of this notification, with ramifications for offers that do not meet specified submission requirements. The period of performance for the anticipated contract is noted to be from September 1, 2025, to August 31, 2030. Furthermore, it emphasizes that apart from the amendments stated, all other terms and conditions remain unchanged. The document reflects government procedural standards for managing changes in procurement processes, ensuring transparency and compliance in the contract modification process.
    The document outlines a Request for Proposal (RFP) related to maintenance services for equipment at Hoover Dam, Parker Dam, and Davis Dam, administered by the Bureau of Reclamation. It specifies the acquisition of maintenance, repair, and rebuilding services pertaining to pipes, tubing, hose, and fittings, as well as associated equipment testing for lighting fixtures. The RFP identifies various delivery dates spanning from 2025 to 2030, with options for extending contracts for additional years. Contractual details include payment terms, the method of solicitation, and the participation of small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. The key points consist of a detailed price schedule, a list of required documents, and the appointment of contracting officers for oversight. The purpose of the document is to solicit offers from vendors for specified maintenance services, ensuring compliance with federal acquisition regulations while promoting small business participation in government contracts.
    The document appears to contain heavily corrupted text and lacks coherent content, making it difficult to extract specific topics or ideas related to government RFPs, grants, or local procurement processes. It may be intended to provide guidelines or solicitations for various projects, but the damaged elements render much of the message indecipherable. If the original content were accessible, key points would typically include program objectives, eligibility criteria, budget details, and application procedures for entities seeking federal or state support. In the context of RFPs and grants, accurate documentation usually highlights the federal government’s intention to solicit proposals for projects or funding aimed at community development, infrastructure improvements, or public services enhancement. Without clear information, critical insights into potential funding opportunities and strategic initiatives cannot be articulated, undermining the overall effectiveness of the document. Further attempts to retrieve or clarify the original content should be prioritized to facilitate meaningful engagement in government funding applications and collaborations.
    The document primarily focuses on the context and requirements of federal Requests for Proposals (RFPs) and grants as they relate to state and local governments. It outlines the processes and conditions under which agencies can apply for funding, emphasizing the need for detailed project plans and adherence to specified guidelines. Key aspects include the necessity for performance indicators, compliance with regulatory frameworks, and evaluation criteria that prospective awardees must meet. Various funding mechanisms are described, along with the expectations for accountability and transparency in managing and reporting on the use of allocated funds. The document serves as a comprehensive guide for applicants, highlighting strategic objectives, eligibility requirements, and the importance of aligning proposals with governmental priorities. This overview underscores the structured and competitive nature of seeking federal assistance, illustrating the significance of providing well-crafted proposals to secure needed funding.
    The document pertains to federal and state-level requests for proposals (RFPs) and grants, emphasizing the intricacies of funding processes and compliance requirements. It highlights the importance of detailed application submissions, adherence to specific guidelines, and the need for thorough documentation to support funding applications. Key topics include eligibility criteria, funding availability, and project guidelines, underscoring the vital role of structured proposals in securing resources for community initiatives and governmental projects. The content suggests a systematic approach to project planning, execution, and reporting to meet the expectations of funding bodies. Emphasis is placed on the necessity for applicants to present clear objectives, measurable outcomes, and alignment with applicable regulations. The document serves as a comprehensive resource for organizations seeking financial support from federal and state entities, outlining strategic steps for a successful proposal submission and execution aimed at fostering regional development and improving public services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    M--Notice Of Intent to Sole Source
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is issuing a Notice of Intent to Sole Source for urgent parking and ticketing services at Hoover Dam. This procurement aims to secure comprehensive services, including personnel, equipment, and an integrated on-site Ticket Sales and Reservations System for the Visitor Center, tours, special events, and various parking facilities. The selected contractor, Laz Parking LTD, LLC, will ensure continuity of services due to their existing infrastructure, with the contract anticipated to be awarded by December 31, 2025, and services commencing on January 1, 2026, through June 30, 2026. Interested parties may submit capability statements by December 19, 2025, and can direct inquiries to Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    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, 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) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    44--Thrust Bearing Oil Coolers Replacement
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is seeking qualified businesses to provide modern replacement thrust bearing oil coolers for the Spring Creek Power Plant Hydro-Electric Generator. The objective is to replace four original, leaking oil coolers from a 1964 Allis-Chalmers 75 MW hydroelectric generator with ten new drop-in replacement units that meet or exceed the original specifications and adhere to various industry standards. This procurement is crucial for maintaining the operational efficiency and reliability of the hydroelectric generator. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by December 16, 2025, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    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.