F--SEED APPLY LEE, DEERCREEK,SOWBELLY FIRES
ID: 140L1726Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for after-fire seeding services in the Lee, Deer Creek, and Sowbelly fire zones in Colorado. The objective of this procurement is to restore approximately 25,533 acres affected by these fires through the uniform application of seed mixes, with the contractor responsible for all necessary resources except for government-furnished seed and mapping data. This project is critical for ecological rehabilitation and aims to ensure effective restoration of the affected areas. Interested contractors must have active registration in SAM, comply with Section 889 clauses, and submit their proposals by January 13, 2026, at 5:00 PM Mountain Time, with the contract period running from February 2, 2026, to March 2, 2026. For further inquiries, contact Patrick Frost at pfrost@blm.gov or by phone at 303-239-3605.

    Point(s) of Contact
    Frost, Patrick
    (303) 239-3605
    (303) 239-3699
    pfrost@blm.gov
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personnel services contract for broadcast seeding operations to restore areas affected by the Lee, Deer Creek, and Sowbelly fires in Western Colorado. The Bureau of Land Management (BLM) requires a contractor to provide all necessary resources, excluding government-furnished seed and mapping data, to uniformly apply seed mixes across approximately 25,533 acres. The project emphasizes quality control, requiring electronic mapping of application routes and adherence to strict seeding distribution standards. The period of performance extends until March 2, 2026. The contract is a Firm-Fixed-Price Service Contract, and the government will provide all seed, aerial photos, and geospatial files. The contractor is responsible for equipment, labor, and ensuring uniform seed distribution, with specific application rates detailed for each fire area. Key personnel for the government, including the Contracting Officer and Project Inspectors, are identified, and the contractor must designate a contract manager. The document also includes definitions, acronyms, and lists applicable regulations and technical exhibits.
    The document appears to be a highly formatted government file, likely an RFP or grant application, given its structure with numerous numbered sections and sub-sections. While the specific content is heavily obscured by formatting issues and unreadable characters, the repeated patterns suggest a detailed breakdown of requirements, deliverables, or project components. The document seems to outline various aspects of a project, potentially including administrative, technical, and compliance elements, as indicated by the numerical headings and recurring keywords such as "summary," "purpose," and "requirements." The extensive use of formatting and numerical organization points to a formal government document that systematically details a solicitation or application process. Due to the unreadable nature of the text, a precise summary of its content is not possible, but its structure indicates a comprehensive and formally organized document typical of government procurement or funding initiatives.
    The Federal Acquisition Regulation (FAR) Case 2021-008 proposes to amend FAR to update requirements for contractors to report certain information to the System for Award Management (SAM). This update will clarify reporting obligations for executive compensation and first-tier subcontracts, specifically addressing awards for commercial products and commercial services. The proposed rule aims to align FAR with the Federal Funding Accountability and Transparency Act of 2006 (FFATA) and the Improper Payments Elimination and Recovery Act of 2010 (IPERA). The changes intend to improve data accuracy and transparency in federal contracting, ensuring that reported information is consistent and comprehensive across various types of awards. This amendment will impact contractors by requiring more precise and standardized reporting, ultimately enhancing accountability in government spending.
    The Federal Aviation Administration (FAA) requires the procurement of seven new Ford F-150 Responder 4x4 vehicles for its law enforcement operations. These vehicles must be 2024 or newer models, equipped with a 3.5L V6 EcoBoost engine, ten-speed automatic transmission, and a police responder package. Key features include an electronic locking rear axle, heavy-duty alternator, privacy glass, and a spray-in bed liner. The vehicles must also be painted Oxford White, have a full-size spare tire, and include specific interior options like a 40/20/40 front bench seat and vinyl floor covering. This procurement ensures the FAA's law enforcement division is adequately equipped with reliable and purpose-built vehicles to support its mission.
    The Federal Acquisition Service, Office of Fleet Management, seeks bids for vehicle leasing and fleet management services for federal agencies nationwide. This Request for Information (RFI) aims to gather industry insights and capabilities for a proposed Multiple Award Schedule (MAS) solution under SIN 532111. The RFI addresses key areas like vehicle acquisition, maintenance, fuel management, accident services, and reporting. It emphasizes sustainable fleet practices, including electric vehicles and related infrastructure. The government is exploring options for a comprehensive program to enhance efficiency, reduce costs, and improve fleet resilience across various vehicle classes. Responses will inform the development of a final solicitation, ensuring a robust and competitive framework for future fleet management contracts.
    This government file details the creation and processing of geospatial data for "Seeding Units" related to the "Deer Creek Fire" within the Bureau of Land Management's (BLM) hydrography projects. The file outlines a series of steps using ArcGIS Pro tools, including creating a feature class for seeding units, calculating acreage (gis_acres), and repairing geometry. The coordinate system used is NAD_1983_UTM_Zone_13N. The data was eventually exported and renamed to "Deer_Creek_Seeding_Units.shp," with additional fields added to the schema. This process is crucial for managing and analyzing post-fire rehabilitation efforts, specifically for tracking and planning seeding treatments in the affected area.
    This amendment to solicitation 140L1726Q0001 is for after-fire seeding services in the Lee, Deer Creek, and Sowbelly fire zones in Colorado. The primary change is the addition of A06 Geospatial Data. The solicitation is a Firm Fixed Price, Indian Small Business Economic Enterprise (ISBEE) Set-Aside for NAICS 115310, with offers due by January 13, 2026, at 5:00 PM Mountain Time. Evaluation factors prioritize Price (most important), followed by Technical Acceptability (Go/No-Go), Delivery/Performance Schedule, and Past Performance (least important among non-price factors). Contractors must have active SAM registration and comply with Section 889 clauses. The period of performance is from February 2, 2026, to March 2, 2026. Offers must acknowledge the amendment via specified methods to avoid rejection.
    This document is a solicitation for seeding services for the Lee, Deer Creek, and Sowbelly fire zones in Montrose, CO, issued by the Colorado State Office of the Bureau of Land Management (BLM-CO). It is an Indian Small Business Economic Enterprise (ISBEE) Set-Aside for NAICS 115310 (Support Activities for Forestry-Forest Fire Suppression) with a size standard of $34 million. The contract type will be Firm Fixed Price. Offers are due by January 13, 2026, at 5:00 PM Mountain Time. The evaluation factors, in descending order of importance, are Price, Technical Acceptability (Go/No-Go), Delivery/Performance Schedule, and Past Performance. Key requirements for offerors include active SAM.gov registration, compliance with Section 889 clauses, and invoicing via ipp.gov. The period of performance is from February 2, 2026, to March 2, 2026. The solicitation also incorporates numerous FAR clauses related to commercial products and services, including those concerning small business programs, combating human trafficking, and prohibitions on certain telecommunications equipment.
    The provided data appears to be a fragmented excerpt, likely from a geographic information system (GIS) or mapping-related file. It contains numerical values such as 'Shape_LengF', 'Shape_AreaF', and 'gis_acresF', which typically represent geometric properties like length, area, and acreage within a spatial dataset. The repetition of these values across multiple lines suggests a record-like structure, where each line might correspond to a specific geographic feature or unit. Without further context, the exact purpose of this file in the context of government RFPs, federal grants, or state/local RFPs is unclear, but such data is often used for land management, environmental assessments, or infrastructure planning within government projects.
    The document provides numerical data, likely representing spatial or geographic information, given the headings "Shape_LengF," "Shape_AreaF," and "gis_acresF." The values appear to be measurements related to length, area, and acreage, possibly for different units or parcels. The consistent presence of these three metrics across multiple rows suggests a dataset for geographic information systems (GIS), potentially used for mapping, land management, or environmental analysis within a government context. This type of data could be foundational for federal or state agencies involved in land use planning, resource management, or property assessment, informing decisions on grants, RFPs, or other related initiatives.
    The provided data appears to be a tabular or spreadsheet-like extract, likely from a geographical information system (GIS) or an environmental survey. It contains numerical values for 'Shape_Leng', 'Shape_Area', and 'gis_acres', with 'UnitC' as a possible identifier or category. The consistent values across multiple rows for 'Shape_Leng' (2887.08047428) and 'Shape_Area' (248567.808042) suggest measurements of specific geographical features or parcels. The 'gis_acres' values vary (61.4224430266, 433.87586531, and 497.123314585), indicating different land area calculations within the same shape or unit. This data could be part of a federal or state government RFP, grant, or local RFP related to land management, environmental assessment, urban planning, or resource allocation, where precise measurements of land features are required for project planning, compliance, or reporting.
    The document details the creation and processing of a GIS shapefile named "SowbellySeedingUnits" for a hydrography project (BAER2025) in Sowbelly, Colorado. The file outlines a series of geospatial data management operations performed using ArcGIS Pro. These operations include the creation of a feature class for seeding polygons, schema updates to add and alter fields like "Acres," and projection of the data to the NAD_1983_UTM_Zone_13N coordinate system. Subsequent steps involved calculating the "Acres" field based on shape area, repairing geometry, and exporting the features to a shapefile. Further processing included adding and calculating a "gis_acres" field, and ultimately copying and modifying the shapefile (SowbellySeedingUnits_1.shp) by deleting the original "Acres" field and adding a new "Unit" text field. This comprehensive lineage of processes indicates a thorough preparation of spatial data for analysis or implementation related to seeding areas.
    The Federal Acquisition Regulation (FAR) Case 2021-008 proposes to amend FAR to implement an Executive Order (E.O.) that requires certain federal contractors and subcontractors to provide their employees with a minimum wage of \$15.00 per hour. The E.O. applies to new contracts, solicitations, and extensions or renewals of existing contracts starting January 30, 2022. It covers various contract types, including those under the Service Contract Act and the Davis-Bacon Act, concessions contracts, and contracts for federal property or land. The proposed rule outlines specific requirements for contracting agencies and contractors, including flow-down clauses for subcontracts. It also addresses compliance, enforcement, and recordkeeping. This amendment ensures fair wages for federal contract workers, promoting economic stability and aligning federal procurement practices with national labor policies.
    The Federal Emergency Management Agency (FEMA) is revising its disaster assistance policies to streamline the eligibility process for emergency protective measures. This update, effective July 1, 2017, focuses on clarifying the distinction between Category B (Emergency Protective Measures) and Category A (Debris Removal) work, particularly regarding the removal of health and safety hazards. FEMA will no longer require a separate cost-effectiveness test for hazard removal that is integral to other eligible emergency work, instead integrating it into the overall project's cost-effectiveness review. Additionally, FEMA is updating its policy on providing emergency power to essential public facilities, including schools, with a specific focus on educational institutions that serve as community centers. This revision aims to simplify documentation requirements for applicants and accelerate the delivery of federal assistance to communities impacted by disasters.
    The VA Ann Arbor Healthcare System is undergoing extensive upgrades through the EHRM Infrastructure Upgrades project. This initiative aims to enhance mechanical, plumbing, and fire suppression systems across multiple buildings, adhering to VA standards and local regulations. Engineers and architects will assess existing conditions, perform demolitions, and install new equipment while coordinating with other trades. The project improves sprinkler systems, ductwork, and piping, focusing on maintenance accessibility. It integrates mechanical equipment and plumbing fixtures, following strict guidelines. The project's complexity requires detailed plans for all systems. Safety measures, including infection control and fire watches, are mandatory. This undertaking shows the VA's commitment to modernizing facilities while prioritizing safety and compliance.
    The General Services Administration (GSA) seeks to procure an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for comprehensive architectural, engineering, and related services for various projects within the Washington, DC metropolitan area. This solicitation targets a small business set-aside under NAICS code 541310, with a $19 million small business size standard. The contract will encompass new construction, renovations, repairs, and alterations for diverse facilities, including office buildings, data centers, and special use structures. Services will cover all project phases from planning and design through construction administration and post-construction. The GSA aims to establish a pool of qualified small businesses to efficiently address its ongoing facility needs, ensuring high-quality design and engineering while supporting small business participation in federal contracting.
    The General Services Administration (GSA) seeks a qualified contractor to provide a Wide Area Network (WAN) with an Optical Transport Network (OTN) for the GSA IT Network Services (ITNS). This procurement, identified as QTA110-24-Q-0002, aims to establish a secure, reliable, and high-capacity network connecting various GSA facilities. The chosen contractor will be responsible for providing, maintaining, and managing the WAN/OTN infrastructure, ensuring seamless data transmission and robust network performance to support GSA's operational needs. The solicitation emphasizes the importance of adherence to federal IT standards and security protocols, highlighting the critical nature of this network to GSA's mission.
    The Public Buildings Service (PBS) is seeking an Architectural and Engineering (A/E) firm to provide design and construction administration services for various projects within the Greater Boston Area. The selected firm will be responsible for a wide range of services, including architectural, structural, civil, mechanical, electrical, plumbing, fire protection, environmental, and hazardous materials abatement. Projects will involve renovations, modernizations, additions, and new constructions for federal facilities. The A/E firm will also manage cost estimating, scheduling, and ensuring compliance with federal codes and standards. This indefinite delivery/indefinite quantity (IDIQ) contract aims to secure comprehensive A/E support for the continuous improvement and maintenance of government buildings, ensuring efficiency, safety, and adherence to regulatory requirements.
    The government file details the creation and processing of a geographic dataset named "SeedingUnits_ExportFeatures" related to stabilization seeding efforts following the Lee Fire. This dataset, created on November 19, 2025, stores information about various treatment types, numbers, names (specifically "Lee Fire Stabilization Seeding"), descriptions, and agencies involved. The file outlines a series of data management operations, including exporting features from a geodatabase, calculating the treatment name field, computing acreage using the "US Survey Acres" unit in the NAD 1983 UTM Zone 13N projection, and finally projecting the dataset into a shapefile format with the same projection. The coordinate system used is GCS_WGS_1984. This process is critical for managing and analyzing the spatial data associated with post-fire rehabilitation and seeding projects.
    The Federal Emergency Management Agency (FEMA) is seeking proposals for the procurement of emergency generators and related services. This Request for Proposal (RFP) outlines the requirements for vendors to supply, install, and maintain a range of generators, including diesel and natural gas models, with varying power outputs to support critical infrastructure during emergencies. The scope of work also encompasses logistical support, such as transportation, fuel management, and on-site technical assistance. Bidders must demonstrate extensive experience in emergency power solutions, adhere to strict quality control standards, and possess the capacity to deploy resources rapidly nationwide. The selection process will prioritize proposals that offer cost-effective, reliable, and scalable solutions, ensuring FEMA's ability to maintain essential operations and provide uninterrupted support to disaster-affected communities.
    The document defines a geographic coordinate system named NAD_1983_UTM_Zone_13N, specifying parameters for spatial data representation. It outlines the GCS_North_American_1983 geographic coordinate system based on the D_North_American_1983 datum and the GRS_1980 spheroid. Key projection parameters, including False Easting, False Northing, Central Meridian, Scale Factor, and Latitude Of Origin, are provided. This technical specification is crucial for government RFPs, federal grants, and state/local RFPs that involve geographic information systems, surveying, or mapping, ensuring data consistency and accuracy across projects.
    The provided text describes a Geographic Coordinate System (GCS) and a Projected Coordinate System (PCS) definition. Specifically, it details the "NAD_1983_UTM_Zone_13N" projection, which is based on the "North_American_1983" datum and utilizes the "Transverse_Mercator" projection method. Key parameters for this projection include a False Easting of 500,000.0, a False Northing of 0.0, a Central Meridian of -105.0, a Scale Factor of 0.9996, and a Latitude Of Origin of 0.0. The unit of measurement for this system is Meters. This information is crucial for any government RFP or grant involving spatial data, mapping, or geographic information systems (GIS) within the specified UTM zone, as it dictates how geographic coordinates are transformed and represented.
    The provided text describes a Geographic Coordinate System (GCS) and a Projected Coordinate System (PCS) definition. Specifically, it details the "NAD_1983_UTM_Zone_13N" projection, which is based on the "North_American_1983" datum and utilizes the "Transverse_Mercator" projection method. Key parameters for this projection include a False Easting of 500,000.0, a False Northing of 0.0, a Central Meridian of -105.0, a Scale Factor of 0.9996, and a Latitude Of Origin of 0.0. The unit of measurement for this system is Meters. This information is crucial for any government RFP or grant involving spatial data, mapping, or geographic information systems (GIS) within the specified UTM zone, as it dictates how geographic coordinates are transformed and represented.
    The file 'Lee_ESR_SagebrushUnits' details a geographic information system (GIS) dataset focusing on sagebrush units within the context of the Lee Fire Effects project. This dataset, created and processed using Esri ArcGIS software, is a file geodatabase feature class that contains information related to treatment types, numbers, names (specifically "Wildlife Seeding"), descriptions, and associated agencies. The data includes attributes such as acreage, creation, and edit dates. The lineage information indicates processes like exporting features, calculating field values for "Wildlife Seeding," calculating geometry attributes for acreage, and projecting the data into a NAD_1983_UTM_Zone_13N coordinate system. The purpose of this file appears to be for managing and analyzing land treatment units, likely for ecological restoration or wildlife habitat improvement in areas affected by the Lee Fire.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management, under the Department of the Interior, is seeking proposals from qualified small businesses for the FY2026 Arkansas Loop Thinning Project in San Juan County, New Mexico. This project involves manual fuels reduction and seeding across approximately 213 acres, requiring contractors to perform tasks such as hand-cutting pinyon and juniper trees, managing slash, and conducting pre-thinning seeding, with specific work restrictions during migratory bird and big game seasons. Interested contractors must attend a mandatory site visit on January 16, 2026, at 11:00 AM MST, and submit their proposals by January 23, 2026, ensuring they are registered with SAM and provide their Unique Entity ID and CAGE code. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is soliciting proposals for Irrigation and Maintenance Services at the Cibola National Wildlife Refuge (CNWR) and Cibola Valley Conservation Area (CVCA). This opportunity is a Total Small Business Set-Aside, aimed at providing essential services such as irrigation system repair, site maintenance, and agricultural field preparation over a five-year period from February 1, 2026, to January 31, 2031. The contract, with a maximum cumulative value of $3 million and a guaranteed minimum of $3,000, supports the Lower Colorado River Multi-Species Conservation Program and is critical for maintaining vital habitats. Interested contractors must submit their proposals electronically by January 20, 2026, and can direct inquiries to Kathleen Berry at kberry@usbr.gov or by phone at 702-293-8460.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This federal contract, valued between $1 million and $5 million, is a firm fixed-price, single-award contract set aside exclusively for small businesses, requiring work to commence within 10 calendar days of the notice to proceed and to be completed within 431 calendar days. The project is critical for maintaining infrastructure and ensuring safety, involving extensive reconstruction efforts including dewatering, excavation, and the installation of new outlet works and spillway features. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 720-812-0082.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.