J--Repair Domestic Water Treatment Equipment
ID: 140R2025Q0052Type: Combined Synopsis/Solicitation
AwardedJun 30, 2025
$49.7K$49,727
AwardeeTotal Solution LLC 160 S HARBOR BLVD STE K Santa Ana CA 92704 USA
Award #:140R2025P0045
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the repair of domestic water treatment equipment at the New Melones Powerplant in Jamestown, California. The procurement involves a firm-fixed price contract for necessary repairs to the water purification system, specifically addressing issues with the main touch panel, turbidity meter, pH meter, and UF membrane. This project is critical for maintaining the operational efficacy of public water systems, ensuring compliance with safety and environmental standards. Interested vendors must submit their quotes by June 3, 2025, and are encouraged to attend a site visit on May 21, 2025, for a comprehensive understanding of the project requirements. For further inquiries, vendors can contact Rashayla Brown at rbrown@usbr.gov or by phone at 916-978-5291.

    Point(s) of Contact
    Brown, Rashayla
    (916) 978-5291
    (505) 327-7834
    rbrown@usbr.gov
    Files
    Title
    Posted
    The document outlines the wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts based in California's Calaveras and Tuolumne counties. Specifically, it specifies minimum wage rates that contractors must pay based on the date of contract award, referencing Executive Orders 14026 and 13658. For contracts awarded on or after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour, unless higher rates are specified. Additionally, the document details “Fringe Benefits” that include health and welfare benefits, vacation, and holiday pay, applicable to all listed occupations. It emphasizes that contractors providing services under the SCA are also required to comply with other labor regulations, such as paid sick leave requirements established under Executive Order 13706. Moreover, job classifications and corresponding wage rates are listed, spanning across various occupations from administrative positions to technical roles, ensuring compliance with federal labor laws. The document further explains the conformance process for additional classifications not listed and highlights contractor obligations regarding uniform costs and hazardous pay differentials. This information is critical for contractors involved in federal contracts to ensure fair compensation and compliance with labor standards.
    The Bureau of Reclamation has issued an RFP (140R2025Q0052) soliciting proposals from small businesses for the repair of the water purification equipment at the New Melones Powerplant in Jamestown, CA. The contract involves a fixed-price purchase order for necessary repairs to the domestic water treatment plant due to issues with the main touch panel, turbidity meter, pH meter, and UF membrane. Interested vendors must submit quotes by June 3, 2025, with a site visit scheduled for May 21, 2025. The selected contractor will be responsible for replacing defective components, ensuring adherence to safety and quality standards, and providing required documentation for the government’s approval. Compliance with federal regulations, especially in terms of safety and environmental standards, is emphasized, as well as the need to engage authorized personnel for specific tasks related to the WesTech System. This procurement process underscores the government's commitment to employing small businesses while ensuring public water safety.
    This document serves as an amendment to solicitation number 140R2025Q0052, issued by the Bureau of Reclamation, modifying the due date for proposals and organizing a site visit for interested vendors. The amended quotation due date is now May 30, 2025, at 11:00 AM PDT. A site visit is scheduled for May 21, 2025, at 10:00 AM PDT, at the New Melones Powerplant in Jamestown, CA, aimed at providing vendors a comprehensive understanding of the project's requirements. Interested participants must register via email with specified contact details and limit attendance to three representatives per company. The document emphasizes that all amendments must be acknowledged by submitting a signed copy of the amendment form with the proposal. The period of performance for the contract is set from June 11, 2025, to August 11, 2025. Compliance with all terms and conditions remains mandatory, ensuring adherence to proper solicitation protocols. This amendment reflects the government's effort to facilitate vendor participation and enhance clarity regarding project expectations.
    This document details an amendment to Solicitation No. 140R2025Q0052, issued by the Bureau of Reclamation's Mid-Pacific Region. The amendment stipulates that vendors must be authorized to work on WesTech systems as specified in the solicitation. It modifies the period of performance from June 11, 2025, to December 11, 2025, and changes the quotation due date to June 3, 2025, at 11:00 AM PDT. Offers must acknowledge receipt of this amendment through specified methods, including signing and returning a copy of the SF30 form along with their quotes. The amendment reinforces the importance of adhering to these updates to avoid rejection of offers and maintains all original terms and conditions of the solicitation as initially documented. This amendment is part of standard procedures in the federal contracting process, ensuring transparency and compliance while facilitating the procurement of services related to WesTech systems.
    The document is a combined synopsis/solicitation from the Bureau of Reclamation for a project involving the repair of water purification equipment at the New Melones Powerplant in California. The acquisition aims to secure a firm-fixed price purchase order for necessary services and materials, emphasizing a 100% Small Business set-aside. Key tasks include the replacement of water treatment membranes, troubleshooting and repairing monitoring instruments, and ensuring compliance with performance standards. The project must be completed within 28 days after the award, with specific safety, quality assurance, and documentation requirements outlined. Contractors are expected to follow federal regulations and guidelines, including those related to payment processes and employee security obligations. The deadline for submitting quotes is May 14, 2025, and communication should be directed to a designated government representative. This solicitation illustrates the government’s intent to maintain operational efficacy of critical water systems while prioritizing small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The 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 a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    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.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    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.
    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.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.