Y--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
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:00 PM UTC
Description

The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 4:06 PM UTC
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
The document serves as an amendment to a federal solicitation regarding the Power Utility Pole Installation project, specifically denoted as Amendment 001. It outlines critical instructions for contractors on how to acknowledge receipt of the amendment and the consequences of failing to do so by the specified deadline. The primary modification encourages contractors to clarify any changes to previously submitted offers through written or electronic means. The amendment also highlights the scheduling of a site visit on March 27, 2025, as an essential component for bidders to be aware of, elaborating on this in Section L, Paragraph L.8 of the solicitation document. The amendment ensures that all terms and conditions from the original solicitation remain unchanged except where noted. Overall, this document is part of the bureaucratic processes involved in government contracts, ensuring that potential contractors are informed and compliant with updated requirements while preparing their bids. Compliance with such amendments is vital for maintaining fair and transparent procurement practices in government contracting.
Apr 9, 2025, 4:06 PM UTC
The document is an amendment to a solicitation for the Utility Pole Installation project, identified as Amendment 002. Its primary purpose is to extend the proposal submission deadline to May 2, 2025, at 2:00 PM Pacific Time. The amendment instructs contractors to acknowledge receipt of the amendment via specified methods, emphasizing that failure to do so may lead to the rejection of their offers. Additionally, it notes that responses to submitted questions are under review, with a forthcoming Amendment 003 expected to provide answers. All other terms and conditions related to the contract remain unchanged. This amendment reflects typical government contracting protocols, ensuring clarity and adherence to deadlines while allowing for communication regarding inquiries. The document serves as an official record of modifications to the original solicitation in compliance with federal regulations.
Apr 9, 2025, 4:06 PM UTC
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.
Apr 9, 2025, 4:06 PM UTC
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
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
Z--INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA - Lake Mead National Recreation
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the installation of boat dock covers at Willow Beach Marina, located within the Lake Mead National Recreation Area in Arizona. The project involves the design, fabrication, and installation of a dock slipcover measuring 82 feet wide by 244 feet long, aimed at protecting public user boats from harsh environmental conditions. This enhancement is crucial for maintaining the marina's functionality and improving the experience for recreational users, as the existing dock slip covers were installed in 2020. Interested contractors should note that the project is set aside for small businesses and will require compliance with safety and environmental standards, including a pre-bid site visit. For further inquiries, potential bidders can contact Bradley Metler at BradleyMetler@nps.gov, with the Invitation for Bid anticipated to be posted around May 2, 2025.
Y--Repave Willow Beach Road
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit bids for the repaving of Willow Beach Road located in the Lake Mead National Recreation Area, Arizona. The project aims to rehabilitate and reconstruct a deteriorated two-lane asphalt roadway, enhancing safety and minimizing maintenance costs associated with past flood damage. Willow Beach serves as a popular recreational destination, providing access to various amenities for visitors, and the road's current condition necessitates urgent improvements. The estimated contract value ranges from $1 million to $5 million, with a performance period of 150 calendar days anticipated to commence following the solicitation's expected release around May 2025. Interested vendors should contact Michelle Bennett at michellebennett@nps.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) to participate.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
Y--PARKER SERVICE STATION ROOF REHAB
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the rehabilitation of the roof at the Parker Service Station. The project entails the demolition of the existing roof, installation of new trusses, and application of a standing seam metal roof, with necessary asbestos abatement in specific areas being managed by a certified contractor. This procurement is categorized as a total small business set aside under NAICS code 238160, with an estimated budget between $25,000 and $100,000, and a fixed-price contract will be awarded based on the lowest price technically acceptable method. Interested parties should note that a Request for Proposal (RFP) is expected to be issued around April 28, 2025, and must register on SAM.gov for notifications and submission instructions; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing a failing irrigation system that has been in place for 15 to 30 years, which is crucial for maintaining the park's historic landscape, including ornamental trees, orchards, and gardens across nine acres. This procurement is set aside for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and proposals are due by 12:00 PM Pacific Standard Time on May 15, 2025. Interested contractors should direct inquiries to Brian Roppolo at brianroppolo@nps.gov, and all work must comply with federal regulations and environmental standards.