NGWSP REACH 1 PIPELINE REPAIRS
ID: 140R4025R0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the "NGWSP REACH 1 PIPELINE REPAIRS" project, which involves repairing a 4.8-mile section of a 42-inch ductile iron pipeline in New Mexico as part of the Navajo-Gallup Water Supply Project. The project requires contractors to perform various tasks, including joint repairs, valve replacements, and the installation of necessary structures, all while adhering to strict safety and environmental protocols. This initiative is crucial for enhancing water distribution infrastructure in the region, ensuring compliance with federal regulations, and supporting local communities. Interested small businesses must submit their sealed offers by the specified deadline, and for further inquiries, they can contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for the San Juan Lateral – Reach 1 Pipeline Improvements as part of the Navajo-Gallup Water Supply Project in New Mexico. It details the price schedule for various construction services, including mobilization, utility investigations, and pipeline repairs. Each Contract Line Item Number (CLIN) specifies required services, quantities, and pricing structures, emphasizing the inclusion of applicable taxes in proposals. The project starts at the River Pumping Plant and ends at Frank Chee Willetto Reservoir, involving significant coordination due to concurrent works by other contractors. The submission requires compliance with environmental controls, work restrictions, and safety measures. Key components include joint repairs, valve replacements, and installations of necessary structures like standpipes. The contractor must develop and maintain a critical path method (CPM) construction schedule and manage documentation through a Contract Document Management System (CDMS). This process ensures efficient tracking of submissions, revisions, and approvals. The comprehensive management plan reveals its alignment with governmental accountability and regulatory standards, underscoring the project’s complexity and community impact.
    The document outlines the Navajo-Gallup Water Supply Project in New Mexico, specifically focusing on the "San Juan Lateral - Reach 1" pipeline improvements. The project aims to enhance water distribution infrastructure, involving the construction of new facilities such as air valves, blowoffs, and manholes along the pipeline route. It emphasizes safety protocols, utility locating, and general construction practices, including the use of Controlled Low Strength Material (CLSM) for bedding and embedment. Detailed engineering designs are provided, including construction notes, symbols, and specifications to guide contractors on execution. Key elements include structural and material specifications, with a strong emphasis on adhering to safety guidelines during excavation and pipeline installation. The document contains multiple detailed drawings and a key map that outline the project's design layout, existing utilities, and construction zones. It serves as a comprehensive guide for contractors, ensuring compliance with federal regulations and promoting efficient management of the water supply system while addressing the needs of local communities. Overall, the project reflects the government's commitment to improving water infrastructure in New Mexico.
    The document details the Navajo-Gallup Water Supply Project in New Mexico, focusing on geological investigations and mapping related to the San Juan Lateral Reach. It consists of various AutoCAD drawings outlining geologic legends, stratigraphy, and the drilling logs for investigation sites. Key aspects include identifying different geological formations, such as Quaternary Alluvium and Cretaceous Pictured Cliffs, along with their properties and stratifications. The drilling logs provide detailed accounts of the soil composition, sampling details, and construction approvals. The engineers involved, including Christopher Beyer and Ryan L. Gladden, oversee geological surveys to ensure safe drilling and construction practices while adhering to federal regulations. This documentation contributes to assessing the geological suitability for future infrastructure development related to water supply in the region, aligning with federal guidelines for construction projects.
    The document outlines a Past Performance Questionnaire designed for contractors involved in federal government projects. It serves as an evaluation tool to assess a contractor's previous work, covering essential information such as contract details, project complexity, client feedback, and performance ratings. Key areas evaluated include the quality of work, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and overall contractor performance. The ratings span from "Exceptional" to "Unsatisfactory," allowing clients to provide qualitative assessments in various performance domains. This systematic approach ensures that relevant contracts' strengths and weaknesses are duly recorded, guiding the selection for future projects. Ultimately, the questionnaire facilitates the government’s ability to verify contractor qualifications and improve overall contracting processes, thereby enhancing accountability and performance in federal grants and RFPs. The document reinforces the importance of direct feedback from clients to strengthen evaluation integrity within the procurement framework.
    The Experience Worksheet is a structured document used to gather essential information regarding various construction projects, particularly in the context of federal and state RFPs (Request for Proposals) and funding opportunities. The worksheet requires details such as the project name, location, contract number, customer information, and contract type (including alternatives like Design-Bid-Build or Progressive Design-Build). It prompts the contractor to specify their role in the project, detailing their involvement from concept to completion. Key project details must be articulated, including scope, complexity, and both original and actual completion dates. Financials are crucial; contractors must report original and final contract amounts while explaining any budget discrepancies. The document also requests a description of problems encountered and the corrective actions taken, ensuring a thorough evaluation of project performance and accountability. Overall, this worksheet serves as a comprehensive tool for assessing contractor experience and project execution, aiding government agencies in selecting qualified candidates for future work.
    The document is structured as a template for detailing the qualifications and experience of key personnel involved in government contracts or RFPs. It requires comprehensive information such as personal details, professional licensing, educational background, and specialized training. It emphasizes qualifying experience by outlining key projects with specifics about location, dates, roles, delivery methods, customer information, project features, and individual responsibilities. Each section aims to demonstrate the personnel's expertise and suitability for fulfilling contract requirements, critical in the context of federal and state/local RFPs. This format ensures clarity, allowing for the assessment of qualifications against project needs, thereby supporting decision-making processes in awarding grants and contracts.
    The U.S. Bureau of Reclamation's Upper Colorado Region has released a pre-solicitation notice for the Navajo-Gallup Water Supply Project (NGWSP) Reach 1 Pipeline Repairs. This construction project, primarily set aside for small businesses, aims to repair approximately 4.8 miles of 42-inch ductile iron pipeline and includes various infrastructure components like valve replacements and standpipe construction. The project spans from the River Pumping Plant to the Frank Chee Willetto Reservoir in San Juan County, NM, with an estimated cost between $10 million and $25 million. The solicitation, code 140R4025R0006, is expected to be available around February 11, 2025, and will require bidders to provide a significant bid guarantee and performance bonds. Interested parties must register with the System for Award Management (SAM) and may submit proposals, with comments on the draft solicitation due after its release. A pre-award site visit for potential vendors is scheduled for around February 19, 2025, and inquiries should be directed via email to specified contacts within the Bureau of Reclamation. This pre-solicitation notice serves as a preliminary announcement and does not constitute a formal request for proposals or commitment to award a contract.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the definitization of equitable adjustments for change orders in construction contracts. Agencies are mandated to detail their policies and procedures related to this process and provide data on the timeframes required to finalize these adjustments. For further information, agencies are directed to a specific section on the Department of the Interior's website dedicated to construction contract policies. This emphasis on transparent procedures and data collection aims to ensure consistency and accountability in managing change orders, which is crucial for efficient contract administration in federal and state/local construction projects.
    The U.S. Department of the Interior has issued a solicitation for the San Juan Lateral – Reach 1 Pipeline Improvements as part of the Navajo-Gallup Water Supply Project in New Mexico. This project encompasses key tasks including joint repairs for 4.8 miles of existing ductile iron pipeline, replacement of blowoff and air valves, installation of a manway, and construction of a standpipe. The document details a comprehensive Price Schedule that outlines various supplies and services needed, with an emphasis on contractor responsibilities concerning gross receipts taxes. The solicitation includes sections on project management, coordination, and specifications for construction practices. It emphasizes the importance of cooperation with other contractors and compliance with relevant regulations and environmental standards. Key components also include the establishment of a Contract Document Management System (CDMS) for tracking project documents and a Construction Program to monitor project scheduling and performance. The tender's aim is to enhance water supply infrastructure in the Navajo Nation, offering contractors clear guidelines for submissions, project execution, and compliance requirements associated with federal construction contracts. It highlights the Department's commitment to efficient project management and community resource development while enabling a structured procurement process within government projects.
    The document outlines the Navajo-Gallup Water Supply Project, focusing on the San Juan Lateral - Reach 1, managed by the U.S. Bureau of Reclamation. It contains technical drawings, design standards, notes on construction methods, and regulations for the installation of water supply line pipes in New Mexico. Key features include detailed specifications on line pipe installation, appurtenance locations, and trench and backfill requirements. The document emphasizes safety protocols and environmental considerations, including minimum earth cover for pipes, trench safety, and appropriate materials for construction, such as Controlled Low Strength Material (CLSM). Additional sections include design criteria for structures like plunger valve vaults, air valves, and manholes, ensuring compliance with established engineering standards. This project represents federal investment in infrastructure aimed at enhancing water access for the Navajo Nation, supporting local communities while adhering to rigorous engineering and safety guidelines throughout the construction process.
    The Navajo-Gallup Water Supply Project aims to improve the San Juan Lateral – Reach 1 Pipeline in New Mexico through a federal solicitation. The document outlines various bidding components, including a detailed Price Schedule listing required supplies and services such as mobilization, utility investigations, and pipeline repairs, with specified quantities and pricing formats. It indicates that offers must include applicable state taxes and procurement clauses, ensuring thorough contract compliance. The scope of work initiates at the River Pumping Plant and involves extensive joint and valve repairs, construction management, and adherence to safety and environmental protocols. Project management requires effective coordination between contractors and stakeholders, including compliance with local regulations and timelines. The document emphasizes the importance of submitting detailed project schedules and maintaining documentation for successful execution. This project reflects the federal government’s commitment to enhancing water supply infrastructure for the Navajo Nation, ensuring effective resource management and environmental sustainability.
    The document outlines the Navajo-Gallup Water Supply Project, particularly focusing on the San Juan Lateral Reach 1 pipeline improvements in New Mexico. It includes detailed CAD drawings and engineering plans for various appurtenances such as air valves, blowoff valves, and manholes, specifying designs, dimensions, materials, and construction notes to ensure the project's safety and efficiency. The report emphasizes the importance of compliance with specifications, such as using Controlled Low Strength Material (CLSM) for bedding and embedment and addressing existing utilities according to guidelines. Notably, the project aims to support water supply enhancements while ensuring effective management of existing infrastructure. Project stakeholders are required to follow defined protocols for installation, maintenance, and safety measures, reflecting the federal commitment to improve water delivery systems in this region. Overall, the document serves as a comprehensive guide for project execution, aiming to address community water needs through systematic pipeline improvements.
    The document comprises geological and engineering reports related to the Navajo-Gallup Water Supply Project in New Mexico, specifically detailing findings from drilling investigations performed in several designated reach areas. The project is overseen by the Bureau of Reclamation, focusing on surface geology, stratigraphy, and soil composition necessary for pipeline alignment and foundation investigations. Key findings include detailed stratigraphy of Quaternary alluvium and Cretaceous formations identified through various drill hole logs, with analyses of soil types, recovery rates, and specific engineering properties. Each section provides methodologies used in drilling, sample analyses, and coordinates based on the New Mexico State Plane. The documentation emphasizes safety protocols and methodological rigor in geological assessments, which are critical for ensuring the project’s compliance with federal and state guidelines. Overall, this report serves as a foundational resource informing engineering decisions for water supply infrastructure development, ensuring structural integrity while adhering to environmental standards.
    The document outlines a Past Performance Questionnaire, primarily used to evaluate contractors involved in federal government projects, especially in the context of Requests for Proposals (RFPs) and grants. It is designed to collect detailed information regarding the contractor's performance, including project details, client information, contractual specifics, and a comprehensive rating system based on performance criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, financial management, safety, and compliance with contractual terms. The evaluation employs a rating scale from "Exceptional" to "Unsatisfactory." Clients are encouraged to fill out this questionnaire to provide feedback directly related to the contractor’s past performance, which is vital for assessing risks associated with potential future contracts. The government's right to verify the provided information underscores the importance of accuracy in this assessment process. This document serves as a critical component for ensuring accountability and quality in government contracting and project execution.
    The Experience Worksheet serves as a structured documentation template for government and local RFPs, facilitating project proposals and evaluations. It requires specific project details, including name, location, contract number, customer information, and contact details. The document categorizes various types of contracts such as Traditional Design-Build, Construction Manager at Risk, and Design-Bid-Build, alongside the role of the contractor and their point of involvement in the project, whether conceptual, planning, design, or construction. In addition to general project information, the worksheet prompts users to detail the project’s scope, complexity, original and actual completion dates, contract amounts, and any variances in budgetary and schedule performance. A section also addresses any encountered problems and the corrective actions taken to remedy those issues. In essence, this document is essential for assessing qualifications and performance in relation to government-funded projects, ensuring accountability and transparency in project execution while facilitating a thorough review of contractors' experiences and methodologies.
    The document outlines the required information for key personnel involved in federal RFPs and grants, highlighting the qualifications necessary for successful project bids. It details sections for providing contact information, educational background, licensing, and significant professional experience, specifically in design-build delivery methods. For each project experience, entries include project name, location, dates, positions held, and a description of duties and customer details. This structure ensures that evaluators can assess a candidate's qualifications and experience relevant to the proposals being submitted. The main purpose is to compile comprehensive profiles that demonstrate expertise and suitability for federal projects, enabling informed decision-making on award recommendations in competitive contracting scenarios.
    The government document outlines a solicitation for construction work, specifically for pipeline repairs under the Bureau of Reclamation. The project, titled "Reach 1 Pipeline Repairs," aims to repair a 4.8-mile section of a 42-inch ductile iron pipeline in New Mexico. Key tasks include joint repairs, replacements of valves, installation of manways, and construction of a standpipe and manually operated plunger valve. The work is scheduled to commence within a specified timeline and must be completed by June 23, 2026. The contracting process requires sealed offers and mandates performance and payment bonds from the contractor. Offers must be submitted by a deadline indicated in the document, with strict conditions for acceptance. The pricing structure is based on a firm-fixed price, covering all necessary labor and materials to ensure complete repair. The contractor is responsible for providing safety and quality control representatives. This solicitation emphasizes the government's commitment to infrastructure maintenance and improvement, reinforcing accountability and compliance through detailed requirements and contractual obligations.
    The U.S. Bureau of Reclamation's Upper Colorado Region has issued a Sources Sought notice to evaluate small business capabilities for the Navajo-Gallup Water Supply Project (NGWSP) Reach 1 Repairs & Modifications. This project, located along the San Juan Lateral, aims to enhance a significant infrastructure that will supply reliable water from the San Juan River to the Navajo Nation, the Jicarilla Apache Nation, and Gallup, NM. The primary construction tasks involve joint repairs on existing ductile iron pipelines, valve replacements, manway installations, and standpipe constructions, with an estimated project magnitude of $10-25 million. Responses to this notice are sought to gauge potential contractors, not for proposals or bids. Interested companies must provide detailed information about their qualifications, bonding capabilities, and previous related project performance. The NAICS code for this construction project is 237110, which pertains to Water and Sewer Line Construction. Interested parties must submit their responses by December 2, 2024, to designated contact persons via email. This process is crucial for defining the government’s acquisition strategy and identifying businesses capable of undertaking the forthcoming work efficiently.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--Navajo Gallup Water Supply Project (NGWSP)
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for the Navajo Gallup Water Supply Project (NGWSP), which aims to deliver a reliable water supply from the San Juan River to various communities, including those within the Navajo and Jicarilla Apache Nations, as well as Gallup, New Mexico. The procurement will focus on construction services classified under NAICS Code 237110, which encompasses water and sewer line and related structures construction, and is critical for enhancing water infrastructure in the region. This initiative is part of a broader strategy to ensure effective procurement processes for the NGWSP's remaining construction needs, including various pumping plants and pipeline extensions. Interested entities are invited to participate in an Industry Day on April 2, 2025, at the San Juan College School of Energy in Farmington, NM, where they can gain insights and engage in market research; for further inquiries, contact Amy Loveless at aloveless@usbr.gov or 801-524-3790.
    J--BGNDRF Backflow Preventer Replacement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for the replacement of backflow preventers at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project involves the removal and installation of various backflow preventers and associated infrastructure, ensuring compliance with local regulations and safety standards. This procurement is critical for maintaining the facility's operational integrity and public safety, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Contract Specialist Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.
    Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking small businesses to undertake a concrete repair project at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project involves the demolition of an existing concrete sidewalk and the construction of approximately 240 square feet of new concrete for a sidewalk and driveway, along with raising a nearby manhole cover and utility box. This procurement is significant for maintaining the facility's infrastructure and ensuring safe access, with an estimated contract value between $25,000 and $100,000 and a performance period of 21 days following the notice. Interested parties should direct inquiries to Valerie Jiron at vjiron@usbr.gov or call 505-462-3658, and further details will be available on the System for Award Management (SAM) website.
    B--NGWSP PUEBLO OF ACOMA FMP
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is initiating a procurement opportunity for the Pueblo of Acoma's Further Mitigation Program (FMP) related to the Navajo Gallup Water Supply Project (NGWSP). The contractor will be responsible for managing and implementing the FMP, which aims to achieve cultural preservation outcomes, including a Tribal Mentorship Program and Traditional Resource Guides, while ensuring community insights are integrated through government-to-government consultation. This contract, set to run from April 7, 2025, to April 6, 2028, is specifically set aside for small businesses, with a preference for Rio Del Oso Anthropological Services, LLC, due to their established relationship with the tribe. Interested parties are encouraged to respond to the pre-solicitation notice by March 4, 2025, and can contact Brittney Nielson at bnielson@usbr.gov for further information.
    REPAIR OF WATER LEAK OF BURROWS POND
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair a leaking underground water line at the Conte Anadromous Fish Lab Facility in Turners Falls, Massachusetts. The project involves significant excavation and repair work on the water supply system for the facility's upper burrows ponds, which are critical for fisheries holding and experimentation. This initiative is part of the federal commitment to maintaining environmental research facilities and ensuring operational efficiency, with a contract duration of 86 days following the notice to proceed. Interested small businesses must submit their proposals by February 21, 2025, and are encouraged to attend a site visit on February 12, 2025. For further inquiries, contact Dayna Parkin at dparkin@usgs.gov or 703-648-7374.
    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 in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to rehabilitate and replace critical irrigation infrastructure, including check structures MC185, MC270, and MC420, while ensuring minimal disruption to irrigation operations. The project is significant for enhancing water management systems vital for agricultural efficiency in the region, with an estimated contract value exceeding $10 million. Interested contractors must submit their proposals by November 1, 2024, and can direct inquiries to William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with specific tasks outlined in the Statement of Work (SOW) including infrastructure verification and installation of new components. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to federal regulations and environmental compliance standards. Interested contractors must submit their proposals by February 26, 2025, with the performance period set from March 1, 2025, to June 30, 2025. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Design Bid Build project focused on water infrastructure improvements at the Permanent Exercise Complex (PEC) and Range Support Complex (RSC) located at Melrose Air Force Range in Curry County, New Mexico. The procurement aims to enhance water supply facilities, which are critical for supporting military training and operations in the area. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 237110 pertaining to Water and Sewer Line and Related Structures Construction. Interested parties can reach out to Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details.
    Gallup Indian Medical Center - Quarterly Legionella Testing
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for quarterly Legionella testing at the Gallup Indian Medical Center in New Mexico. The objective of this procurement is to ensure water safety through comprehensive microbial testing and analysis, which includes sampling, laboratory analysis, and detailed reporting to identify potential Legionella risks. This initiative is crucial for maintaining safe healthcare environments for the Navajo population and ensuring compliance with federal health regulations. Interested vendors must submit their proposals by February 21, 2025, with the contract performance period running from March 1, 2025, to December 31, 2025. For further inquiries, vendors can contact Stephen Silversmith at stephen.silversmith@ihs.gov or call 505-726-8801.
    VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the project titled "VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE." This project entails the mobilization and demobilization of labor, equipment, and materials to replace approximately 11,164 linear feet of sanitary sewer lines, repair and replace manholes, and manage the abandonment of certain sewer segments in a former residential area. The work will utilize various methods, including open cut, pipe bursting, and horizontal directional drilling, highlighting the importance of effective sewer infrastructure maintenance. Interested small businesses are encouraged to reach out to the primary contact, Steven Stocking, at steven.stocking.2@us.af.mil or 586-239-4881, or the secondary contact, Anna Randall, at anna.randall.1@us.af.mil or 586-239-5526, for further details regarding this total small business set-aside opportunity.