Construction of Power Line
ID: 140R3025R0010Type: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

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

    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a power line extension project in Topock Marsh, Mohave County, Arizona. This project involves the installation of approximately 10.5 miles of electrical distribution lines, including the installation of around 150 utility power poles, to enhance electrical infrastructure supporting various projects within the Havasu National Wildlife Refuge. The contract is set aside exclusively for small businesses, with an estimated value between $1 million and $5 million, and requires compliance with safety, environmental, and labor regulations, including adherence to the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for March 27, 2025, and inquiries due by March 31, 2025. For further information, potential bidders can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.

    Point(s) of Contact
    Files
    Title
    Posted
    The Topock Marsh Power Line Extension project, initiated by the US Fish and Wildlife Service (USFWS) and the Bureau of Reclamation (USBR), involves the installation of approximately 10.5 miles of electrical distribution lines to connect to the Mohave Electric Cooperative’s service area. This extension aims to support various projects in the Havasu National Wildlife Refuge, specifically for powering pump motors and a maintenance yard previously serviced by Cal Edison. The project requires coordination with multiple entities, including MEC and USBR, and encompasses all necessary materials, labor, and safety protocols. Performance is set within 240 days of contract issuance, requiring compliance with safety, environmental, and quality control regulations. Essential components include utility pole installation, transformer provisioning, and proper site management to minimize disruptions to ongoing operations. The contractor is tasked with preparing a comprehensive construction plan and safety program, addressing the requirements for materials, personnel qualifications, and submittals to ensure effective execution and oversight. The project underscores the commitment to enhancing electrical infrastructure while prioritizing environmental stewardship and safety compliance within the protected wildlife area.
    This document, titled "Key Subcontractor Experience," serves as an attachment for federal and state RFPs, requesting evidence of a subcontractor's experience and commitment. It outlines the necessary information for presenting completed projects within the last five years, including facility type, role in the project (e.g., prime, joint venture, subcontractor), contract amounts, and detailed descriptions of both self-performed work and tasks delegated to others. Additionally, it asks for the project's duration, performance evaluations, and any issues related to termination or liquidated damages. Furthermore, the document includes a "Letter of Commitment" that must be drafted on the subcontractor's letterhead, confirming their commitment to fulfilling designated roles in the event a contract is awarded. The purpose of this attachment is to ensure that the proposing firm can substantiate its capacity and reliability in executing the contracted services, which is crucial in the government contracting landscape where accountability and proven capability are paramount for funding, grants, and project approval.
    The document outlines specifications for various components related to a federal Request for Proposal (RFP) or procurement process. It includes details such as part numbers, descriptions, quantities, and engineering notes for items like a vertical line post feed trunnion, articulating arms, and locking pins. Additionally, it details an earth tension anchoring device known as the Cross-Plate Anchor, including its dimensions, application, and compliance certifications. The document emphasizes installation requirements and provides logistics information like pallet quantity and standard packaging. It serves to inform potential contractors or suppliers about the necessary specifications and compliance standards needed for the procurement related to construction or infrastructure projects. The proprietary information indicates that these details are intended for specific clients or contractors likely involved in governmental projects, adhering strictly to regulatory compliance and project integrity.
    The document delineates a detailed inventory list of electrical and construction materials intended for procurement by federal, state, or local government agencies. It catalogues various items, including clamps, connectors, insulators, poles, and cables, indicating the required quantities and units for each item. The purpose of this inventory is likely to support government projects related to infrastructure development or maintenance, particularly in utility and electrical sectors. Key items include clamps (e.g., dead end, suspension), different types of conductors, arresters, poles, insulators, and fasteners, underlying the necessity for robust electrical networks and safety measures. The structured nature of the file facilitates easy identification of specific items with their respective quantities, aiding in budget allocation and procurement processes. This comprehensive inventory serves as a foundational resource for those involved in project planning or execution, ensuring compliance with governmental standards for infrastructure and electrical supply management.
    The provided document appears to be a fragmented and largely incomprehensible text, lacking coherent content or a clear purpose relevant to federal government RFPs, grants, or state/local RFPs. The presence of nonsensical symbols and repeated letters suggests that it may have been corrupted or improperly formatted. There are no identifiable main topics, key ideas, or supporting details that pertain to government contract opportunities or funding initiatives. Given the disjointed nature of the content, it cannot be summarized effectively, as it does not convey any actionable information or reflect a structured document typical of government files. This lack of substance underscores the necessity of providing clear and organized information in formal proposals to ensure effective communication in governmental contexts.
    The document pertains to a work order for the Bureau of Reclamation concerning electrical infrastructure at Topock Marsh, Mohave County, Arizona. It includes critical details such as the work order number (2022644), staked by Robert S. Frederick on July 16, 2024. The project focuses on utility improvements involving various wire types, spans, and pole specifications. The job details elaborate on the types of wires used, their lengths, and quantities required for the installation, reflecting extensive planning and resource allocation necessary for implementation. The document includes precise information on wire sizes, pole heights, and specific geographic coordinates for future reference. This project embodies the government's commitment to maintaining and enhancing essential infrastructure through federal initiatives, ensuring reliability and compliance with operational standards within the Bureau of Reclamation's jurisdiction. Overall, the document underscores a systematic approach to facility management while highlighting the importance of detailed planning and execution in public works projects.
    The document outlines the wage determination for construction projects under the Davis-Bacon Act in Mohave County, Arizona, effective February 7, 2025. It specifies minimum wage rates that contractors must pay workers, influenced by Executive Orders 14026 and 13658, detailing rates for various labor classifications such as electricians, power equipment operators, and general laborers. Minimum hourly wages are set at $17.75 for contracts awarded after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document includes classifications, wages, and fringe benefits applicable for each role. It emphasizes the need for compliance with federal regulations regarding paid sick leave and outlines an appeals process for disputes related to wage determinations. Overall, this document serves to ensure fair labor compensation in federally funded construction contracts, supporting the principles of equitable treatment and worker rights in government-funded projects.
    The document is a "Release of Claims" form related to a federal contract with the United States Department of the Interior. It specifies that prior to final payment, the contractor must provide a release of all claims against the U.S. for work performed under the contract. This includes a formal acknowledgment that the contractor relinquishes any debts, liabilities, or demands, except for any explicitly noted exclusions. The document must be signed by the contractor, with verifications included if the contractor is a corporation, ensuring compliance with governance. The primary purpose of this release is to protect the government from future claims post-contract completion, highlighting the necessity for accountability and closure in government contracts. Such releases are standard practice in federal grants and RFPs to mitigate liability and facilitate the contract's finalization.
    The Past Performance Questionnaire (PPQ) is a document utilized by the U.S. Department of the Interior’s Bureau of Reclamation to evaluate a firm's historical performance on government contracts. The form includes fields for details such as the firm’s name, contract number, project specifics, evaluation criteria, and overall ratings of performance across various dimensions including management, quality of work, cost control, and compliance with labor and safety standards. Evaluators are to provide ratings ranging from Outstanding to Unacceptable and include comments for ratings of Marginal or Unacceptable. Additional questions assess client satisfaction, the firm’s responsiveness to negative feedback, and the issuance of any penalties related to contract performance. The completed questionnaire is submitted to the Bureau of Reclamation via email. This evaluation tool is integral in determining contractor reliability and quality for future government contracts and ensuring alignment with standards necessary for successful project completion.
    The document is a government solicitation for the installation of utility power poles at Topock, issued by the Bureau of Reclamation. This Invitation for Bid (IFB) is designated entirely for small business concerns, with an estimated project value between $1,000,000 and $5,000,000. The contractor must begin work within a specified timeframe and is required to furnish performance and payment bonds. Offers must be sealed and submitted in accordance with outlined conditions, including specifics on the number of calendar days for completing the project after receiving notice to proceed. Notably, all offers are subject to various government work requirements and clauses referenced within the solicitation. The document emphasizes the need for compliance with federal procurement regulations, ensuring transparency and competition among small businesses. The solicitation is structured to facilitate clear bidding processes while requiring acknowledgment of any amendments to maintain current and relevant information for all bidders. This solicitation exemplifies the federal government's initiative to engage small businesses in significant construction projects, fostering economic growth and inclusivity in public contracting.
    The U.S. Department of the Interior's Bureau of Reclamation has released Request for Proposal (RFP) No. 140R3025R0010 for the installation of approximately 150 utility power poles over a 10.5-mile area in Topock Marsh, Mohave County, Arizona. This project is designated as a 100% small business set-aside under NAICS Code 237130, with an estimated construction cost between $1 million and $5 million. Proposals must adhere strictly to submission and evaluation criteria, as failure to comply may render them unacceptable. A site visit is scheduled for March 27, 2025, and queries must be submitted in writing by March 31, 2025. The contract will require compliance with safety and health standards and specific clauses related to labor, performance, and payment. The project encompasses extensive specifications and expectations for contractor performance, procurement guarantees, and payment processing through the U.S. Department of Treasury’s Invoice Processing Platform. This solicitation reflects the federal efforts to support small businesses while ensuring transparency and accountability in the execution of government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--HI-Hakalau NWR PV System replacement
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the replacement of the photovoltaic system at the Hakalau Forest National Wildlife Refuge in Hawaii, under Solicitation No. 140FC325R0005. This federal contract aims to modernize the existing solar power infrastructure, including the replacement of outdated lead-acid batteries with advanced lithium batteries, upgrading inverter technology, and ensuring system redundancy for enhanced reliability. The project underscores the government's commitment to renewable energy initiatives while adhering to strict federal regulations regarding environmental protection and safety. Interested contractors must submit their proposals by March 27, 2025, and can direct inquiries to Shannon Barnhill at shannonbarnhill@fws.gov.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    Y--NGWSP REACH 1 PIPELINE REPAIRS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the "Y--NGWSP REACH 1 PIPELINE REPAIRS" project, which involves significant improvements to the San Juan Lateral pipeline in New Mexico. The project aims to repair a 4.8-mile section of a 42-inch ductile iron pipeline, including tasks such as joint repairs, valve replacements, and the installation of necessary structures like standpipes, all while ensuring compliance with environmental standards and safety protocols. This initiative is part of broader federal efforts to enhance water supply infrastructure, reflecting the government's commitment to improving water distribution systems in designated regions. Interested contractors, particularly small businesses, must submit their proposals by the specified deadline, with the contract performance period set from June 24, 2025, to June 23, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    P481 Energy Resilience Phases 3 & 4, Various Locations at Mountain Warfare Training Center, Bridgeport, California
    Buyer not available
    The Department of Defense, through the Navy's NAVFACSYSCOM Southwest, is seeking information from potential contractors for the Design-Build MILCON Project P-481, aimed at enhancing energy resilience at the Marine Corps Mountain Warfare Training Center in Bridgeport, California. The project involves the installation of a 1 MW generator, 500 kW of solar photovoltaics, a Battery Energy Storage System (BESS), and advanced control systems to establish a reliable microgrid capable of functioning independently during power outages. This initiative is crucial for strengthening the center's energy infrastructure against frequent disruptions caused by severe weather and challenging geographical conditions, with an estimated project cost ranging from $25 million to $100 million. Interested contractors, particularly small businesses, are encouraged to submit their qualifications and relevant experience by March 27, 2025, to Kelli Cox at kelli.l.cox3.civ@us.navy.mil or by phone at 619-705-4653.
    MAF Lagoon Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base (AFB) in Montana. The objective of this procurement is to provide 208V 3 Phase Power to the Missile Alert Field Lagoons, with the contract being a firm fixed price arrangement. This project is crucial for ensuring the operational readiness and functionality of the electrical systems at the base. Interested contractors, particularly small businesses, should note that the solicitation number is FA4626-25-R-0006, with proposals expected to be available by March 10, 2025, and a closing date around April 11, 2025. The estimated contract value ranges from $250,000 to $500,000, and contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    59--MOLDED CASE CIRCUIT BREAKERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is seeking proposals for the procurement of molded case circuit breakers to replace aging units at the Grand Coulee Dam. The primary objective is to acquire Eaton/Cutler Hammer or equivalent products that meet specific electrical ratings and compatibility requirements, ensuring the integrity of critical infrastructure. This procurement aligns with federal regulations, including the Buy American provisions, and emphasizes the importance of small business participation, as it is set aside for total small business competition. Interested vendors must submit their quotes by the extended deadline of March 14, 2025, and can direct inquiries to Terry Mest at tmest@usbr.gov or by phone at 509-633-9327.