Y--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
  1. 1
    Posted Feb 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 7:00 PM UTC
Description

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 repairs to a 4.8-mile section of a 42-inch ductile iron pipeline as part of the Navajo-Gallup Water Supply Project in New Mexico. The procurement aims to address critical infrastructure needs through joint repairs, valve replacements, and the installation of necessary structures, all while ensuring compliance with environmental standards and safety protocols. This project is vital for enhancing water supply reliability in the region and reflects the government's commitment to improving public resources. Interested contractors must submit their proposals by April 24, 2025, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 1:04 PM UTC
The Navajo-Gallup Water Supply Project Amendment 002 addresses improvements to the San Juan Lateral – Reach 1 Pipeline in New Mexico. It includes an updated Price Schedule for various contract line item numbers (CLIN) related to pipeline construction and associated services. The solicitation emphasizes that offers must encompass the entire Price Schedule, and contractors must account for applicable New Mexico Gross Receipts Tax in their proposals. Additionally, regulations for mobilization and payment for materials are strictly outlined. The document details responsibilities for temporary utilities essential for construction, such as electric power, water supply, and sanitary facilities. It stipulates that contractors need to remove existing building structures and utilities and comply with safety standards related to asbestos abatement during demolition. Supporting documentation includes specific measurements, project conditions, and the necessary qualifications for contractors managing hazardous materials. The summary highlights the project's focus on careful planning, safety compliance, and environmental considerations as critical components of the construction phase. This project showcases the government's efforts to enhance water supply reliability while adhering to regulatory standards and ensuring community safety.
Apr 3, 2025, 1:04 PM UTC
The Navajo-Gallup Water Supply Project, Amendment 007, outlines the specifications and requirements for the San Juan Lateral – Reach 1 Pipeline Improvements. The document is structured into several sections detailing general requirements, existing conditions, and specific construction procedures across multiple divisions. It emphasizes the need for project management, safety protocols, quality procedures, and environmental controls. Specifically, it provides guidance on submittals, including timelines and responsible parties for each phase of construction. Detailed submittal lists indicate what documentation is required from contractors regarding health and safety, quality control plans, traffic management, and environmental impact. Additionally, provisions for pesticide use and hazardous materials handling are included to ensure compliance with environmental standards. This project demonstrates a commitment to careful planning and adherence to regulatory guidelines, ensuring the successful development of water infrastructure in compliance with governmental policies and local regulations.
Apr 3, 2025, 1:04 PM UTC
The Navajo-Gallup Water Supply Project Amendment 008 outlines pesticide usage requirements for the San Juan Lateral – Reach 1 Pipeline Improvements. The document mandates that all pesticides must be approved by the Reclamation agency prior to application, with a stipulation that a safety hazard analysis and Material Safety Data Sheets (MSDS) be submitted at least 15 days in advance. The use of specific herbicides is recommended to reference the Bureau of Land Management (BLM) Approved Herbicide list, while detailed labeling requirements follow federal regulations. The contractor must maintain records of pesticide types and application processes and comply with safety protocols. Qualifications for personnel include obtaining a commercial applicator’s license for herbicide application in various settings. The document emphasizes strict adherence to regulations for the safe application and handling of pesticides, highlighting the importance of environmental protection in the project area. Overall, this section serves to ensure the safe and appropriate use of pesticides in compliance with federal and local regulations while detailing the responsibilities of the contractor.
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.
Apr 3, 2025, 1:04 PM UTC
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.
Apr 3, 2025, 1:04 PM UTC
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.
Jan 10, 2025, 4:05 PM UTC
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.
Apr 3, 2025, 1:04 PM UTC
Apr 3, 2025, 1:04 PM UTC
The document outlines the Grading Plan for the Plunger Valve Vault associated with the Navajo-Gallup Water Supply Project in New Mexico. It details excavation requirements for the plunger valve vault foundation, specifying a 3-foot deep excavation extending 1 foot beyond the foundation limits. The plan emphasizes the importance of compacting the excavation area and backfilling with suitable native materials, complying with the provided specifications. Key components include guard posts and steel line pipes referenced in related documents, ensuring proper installation and structural integrity. The plan features a scaled drawing layout, annotated with structural notes and elevation data. This document serves as part of a broader federal initiative to improve water supply infrastructure, illustrating a commitment to safe and effective construction practices.
Apr 3, 2025, 1:04 PM UTC
The document outlines the specifications and requirements for the Navajo-Gallup Water Supply Project, focusing on the San Juan Lateral - Reach 1 pipeline improvements in New Mexico. Key details highlight the need for additional contractor usage areas, noting the protection of existing infrastructure such as the Farmers Mutual Irrigation Ditch and adjacent properties, particularly the Shaw parcel. Specific coordinates and boundary lines are provided for contractor operations, emphasizing a minimum offset from water infrastructure to minimize disturbance during construction activities. The document includes explicit instructions for the removal of buildings found on the site, which are noted to contain hazardous materials like asbestos. Furthermore, the file indicates the engagement of survey professionals to define property limits and ensure compliance with environmental standards. This project is part of broader federal initiatives aimed at improving water supply systems and infrastructure management in designated regions.
Mar 3, 2025, 9:05 PM UTC
The document outlines the specifications and requirements for the Navajo-Gallup Water Supply Project, focusing on the San Juan Lateral - Reach 1 pipeline improvements in New Mexico. Key details highlight the need for additional contractor usage areas, noting the protection of existing infrastructure such as the Farmers Mutual Irrigation Ditch and adjacent properties, particularly the Shaw parcel. Specific coordinates and boundary lines are provided for contractor operations, emphasizing a minimum offset from water infrastructure to minimize disturbance during construction activities. The document includes explicit instructions for the removal of buildings found on the site, which are noted to contain hazardous materials like asbestos. Furthermore, the file indicates the engagement of survey professionals to define property limits and ensure compliance with environmental standards. This project is part of broader federal initiatives aimed at improving water supply systems and infrastructure management in designated regions.
Apr 3, 2025, 1:04 PM UTC
The Navajo-Gallup Water Supply Project Amendment 004 outlines specifications for the San Juan Lateral – Reach 1 Pipeline Improvements, focusing on the installation of steel manways and line pipes. Key components include the measurement and payment structure for installation services, excavation, and the management of existing infrastructural elements. Responsibilities include hydrostatic testing, video inspection, and non-destructive assessments of existing pipeline conditions. The document specifies that contractors must adhere to certain quality assurance standards, including compliance with various industry regulations (ASME, ASTM, AWWA) and must provide detailed submittals such as qualifications, inspection reports, and work plans. Detailed requirements for the steel pipe's composition, thickness, and hydrostatic testing are highlighted. Additionally, the document stipulates installation protocols, ensuring compliance with safety and functional standards. This solicitation serves as a guiding framework for contractors responding to the RFP, ensuring the successful rehabilitation of the water supply infrastructure while meeting federal and state regulatory requirements. This project is critical for enhancing the water supply system serving the Navajo Nation, reflecting a commitment to improving public resources and infrastructure.
Apr 3, 2025, 1:04 PM UTC
The Navajo-Gallup Water Supply Project Amendment 002 focuses on the San Juan Lateral – Reach 1 Pipeline Improvements, outlining detailed procedures for construction drawing discrepancies and general site conditions. It emphasizes the importance of communicating discrepancies to the Contracting Officer (CO) and reinforces that written specifications take precedence over drawings. The document includes sections on the necessity of typical drawings for bidding purposes, the process for introducing additional or revised drawings during project progression, and mentions informational drawings that provide context but do not indicate work required under the contract. It also lists essential construction drawings, including location maps, details of pipeline installation, and contractor use areas, organized into tables for ease of reference. The overarching purpose of this document is to guide contractors during the bidding process and throughout construction activities, ensuring adherence to specifications and effective management of discrepancies, which is critical for the successful execution of federally funded projects under government guidelines. This clarity fosters compliance with federal RFPs and local requirements, aiming to improve the water supply infrastructure in the designated areas.
Apr 3, 2025, 1:04 PM UTC
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.
Nov 15, 2024, 2:20 PM UTC
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.
Nov 15, 2024, 2:20 PM UTC
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.
Jan 10, 2025, 4:05 PM UTC
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.
Jan 10, 2025, 4:05 PM UTC
Apr 3, 2025, 1:04 PM UTC
Apr 3, 2025, 1:04 PM UTC
The document addresses inquiries related to a federal solicitation, detailing specific requirements and clarifications for contractors involved in the project. Key topics include the submission of past performance qualifications, bonding requirements, tax obligations, and project management protocols. The Bureau of Reclamation (USBR) confirms that separate project descriptions for past performance evaluations are required and allows the usage of previously completed Past Performance Questionnaires (PPQs) if applicable. The document clarifies the responsibilities of contractors regarding tax assessment and Amends the deadline for solicitation questions. It also addresses training requirements for contractors, specifies the need for particular project management software compatibility, and outlines asbestos abatement and project demolition guidelines. The document emphasizes the need for meticulous adherence to specifications, such as the usage of specific materials and the procedural steps for modifications. Overall, it serves as a comprehensive set of clarifications aimed at ensuring that contractors are well-informed and prepared for compliance with project expectations in the bidding process.
Apr 3, 2025, 1:04 PM UTC
The document addresses several inquiries related to a governmental construction project involving demolition and environmental clean-up operations. Notably, it clarifies that environmental site assessments are the contractor's responsibility for the entire project, not limited to specific buildings. The file discusses specifications for line pipe removal and replacement, indicating that contractors should assume a minimum segment length. It also specifies usability dimensions for contractor areas and addresses concerns regarding dielectric coupling between dissimilar metals, emphasizing existing cathodic protection. The document mentions joint repairs on a 42-inch transmission main, asserting that repairs will maintain electrical continuity through impressed current systems. Overall, this document serves to provide essential clarifications ensuring compliance and safety in the execution of the project, reflecting the complexities often involved in federal and state-level RFPs and grants.
Apr 3, 2025, 1:04 PM UTC
This document serves as an amendment to a federal solicitation identified by the number 140R4025R0006. The amendment modifies the due date for clarification questions regarding proposals, extending it to the close of business on March 5, 2025, following a previously scheduled site visit. The period of performance for the related contract is set from June 24, 2025, to June 23, 2026. The amendment outlines the requirements for contractors to acknowledge receipt of this modification by specific methods outlined within the document. It emphasizes the importance of timely acknowledgment before the specified deadline to avoid rejection of offers. The amendment retains all other original terms and conditions of the solicitation while adjusting specifics related to proposal instructions and deadlines. This document indicates the government's ongoing efforts to facilitate effective communication and engagement with potential contractors in preparation for upcoming project submissions.
Apr 3, 2025, 1:04 PM UTC
The document addresses the amendment of solicitation No. 140R4025R0006 concerning the Navajo-Gallup Water Supply Project (NGWSP) Reach 1 Repairs. It outlines the requirements for submitting proposals for the contract, including acknowledgment of receipt of the amendment, submission methods, and deadlines. Key specifications and drawings regarding demolition, asbestos removal, and construction have been updated. The document details the price schedule for various services and items required under the contract, emphasizing the importance of including local tax considerations. Proposals must consist of three distinct volumes: the Business Proposal, Technical Proposal, and Pricing Proposal, each with specific content guidelines and page limits. Furthermore, the document stipulates that proposals must demonstrate technical approaches, staff qualifications, quality control plans, past performance, and safety measures. Offerors are required to submit past performance questionnaires and are evaluated based on the quality of their past work, adherence to timelines, and customer satisfaction. The comprehensive instructions aim to ensure a fair and thorough evaluation process while maintaining compliance with federal requirements. This solicitation represents the government's effort to secure qualified contractors for essential infrastructure repairs.
Apr 3, 2025, 1:04 PM UTC
This document serves as an amendment to solicitation number 140R4025R0006 for a contract administered by the Bureau of Reclamation's Upper Colorado Region. The amendment outlines the acknowledgment process for receipt of the amendment, noting the significance of submitting an acknowledgment prior to the closing date to avoid rejection of offers. The amendment includes instructions for submitting changes to offers and provides essential details such as the period of performance, which spans from June 24, 2025, to June 23, 2026. Additionally, it informs contractors of their requirement to sign and return copies of the document. The principal purpose of this amendment is to provide additional information regarding a site visit and confirm the administrative details of the solicitation process. This document ensures clarity and compliance in the procurement procedures by addressing specific administrative changes and reiterating requirements pertinent to submitting bids under federal regulations.
Apr 3, 2025, 1:04 PM UTC
The document is an amendment to the solicitation for the NGWSP Reach 1 Repairs project, identified by solicitation number 140R4025R0006-0004. It outlines the necessary acknowledgment procedures for prospective contractors regarding the amendment and updates from prior rounds of solicitation queries. As part of this amendment, changes were made to various specifications, particularly to section 33 11 12 concerning Steel Manways and Line Pipe. The period of performance for the contract is set from June 24, 2025, to June 23, 2026. Additionally, the amendment corrects omissions from previous documents, notably the addition of a CCTV inspection memo to Section J. Multiple attachments with specifications, drawings, and compliance materials are included, which must be requested via email. Overall, the document aims to clarify changes and provide additional information necessary for parties interested in the contract, ensuring transparency and compliance with federal procurement processes.
Apr 3, 2025, 1:04 PM UTC
This government document is an amendment to solicitation number 140R4025R0006 issued by the Bureau of Reclamation, detailing various protocol changes for contractor offers and modifications related to contract administration. The key aspects include the requirement for contractors to acknowledge receipt of the amendment through specified methods, ensuring offers are received in a timely manner to avoid rejection. Additionally, it reiterates that changes to existing offers can be communicated before the stipulated deadline. The amendment primarily modifies contract clauses, including changing clause 52.211-12 from "By Reference Only" to "full text." This amendment also outlines the period of performance for the contract, which spans from June 24, 2025, to June 23, 2026. Furthermore, it specifies liquidated damages of $9,925.00 for each day of delay in project completion, reinforcing accountability for timely performance. Overall, the document plays a critical role in clarifying responsibilities and ensuring compliance with contract terms for contractors involved in federal projects, thus contributing to the government's ability to manage and execute contracts effectively.
Apr 3, 2025, 1:04 PM UTC
The document outlines the amendment of Solicitation No. 140R4025R0006 for the NGWSP Reach 1 Repairs project, specifying updated proposal submission requirements and guidelines. The amendment introduces an additional proposal submission method and emphasizes the necessity for contractors to acknowledge receipt of amendments to avoid rejection of bids. It details the structure of proposals, which should comprise three separated volumes: Business Proposal, Technical Proposal, and Pricing Proposal, with page limitations and formatting requirements clearly stated. Key evaluation factors include the technical approach, qualifications of key personnel, quality control measures, and past performance. Offerors must demonstrate their understanding of the project requirements and present coherent, well-organized documents free of inconsistencies. Furthermore, the pricing proposal must clearly communicate cost structures and assumptions while ensuring compliance with federal guidelines. The instructions stress the importance of safety measures in repair operations, particularly concerning confined space work, and require detailed explanations of incident management and safety protocols. This procurement process, governed by FAR Part 15, aims to ensure a comprehensive assessment of capabilities while facilitating a competitive bidding environment for government contracts. Compliance with specific formatting and submission methods is critical to participating effectively in this solicitation.
Apr 3, 2025, 1:04 PM UTC
The document is an amendment to a solicitation, primarily focused on updating the proposal due date and specification details for a project administered by the Bureau of Reclamation in Salt Lake City, UT. The new proposal submission deadline is extended to April 24, 2025, at 1 PM MT, giving bidders additional time to prepare their offers. Additionally, the amendment introduces new specifications, including updates to the Table of Contents, submittals, pesticide regulations, protected species considerations, and the addition of a new section on herbicides. The contract will commence on June 24, 2025, and run until June 23, 2026. Contractors must acknowledge receipt of this amendment to ensure their offers are considered. Overall, this amendment facilitates compliance and encourages thorough preparation by contractors for the upcoming project.
Apr 3, 2025, 1:04 PM UTC
This document is an amendment to a solicitation issued by the Bureau of Reclamation, detailing changes made to the original offer submitted. It outlines the procedures for acknowledging the amendment, stating that failure to acknowledge it may result in rejection of offers. The amendment updates the specifications related to pesticides mentioned in Section J of the solicitation, now attached as Attachment #1.5. The contracting period for this project is set from June 24, 2025, to June 23, 2026. It is critical for contractors to ensure their amended offers adhere to the timelines indicated and include necessary references to both the original solicitation and the amendment. The document emphasizes that aside from the outlined changes, all other terms and conditions remain unchanged and in force, underscoring the importance of adhering to regulations throughout the contracting process. This amendment serves to ensure clarity and compliance in the solicitation process for federal grants and RFPs.
Apr 3, 2025, 1:04 PM UTC
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.
Nov 15, 2024, 2:20 PM UTC
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
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
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--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.
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--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--Construction of Power Line
Buyer not available
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.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
PEER REVIEW - CORROSION MITIGATION
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for an independent scientific review of the draft "Technical Memorandum 8540-2024-13 Corrosion Mitigation for Buried Metallic Water Pipe." The objective of this procurement is to engage three subject matter experts in corrosion engineering who will evaluate the memorandum's updated corrosion protection requirements and provide recommendations based on current industry standards. This initiative is crucial for enhancing the durability of buried metallic pipelines and ensuring compliance with regulatory mandates, as it aims to extend the useful life of infrastructure through a comprehensive review process that includes public comments. Interested parties can contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details regarding the solicitation.
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 U.S. Army Corps of Engineers, is soliciting proposals for a Design Bid Build project focused on water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project aims to establish essential water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is critical for enhancing military operational capabilities and ensuring compliance with federal, state, and local regulations throughout the construction process. Interested small businesses must submit their proposals by April 23, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
Forest Wide HVAC and Piping
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the "Forest Wide HVAC and Piping" project, which involves replacing existing galvanized steel piping with PEX piping and retrofitting several homes in Panguitch, Utah, with central cooling systems. The project aims to enhance the functionality and efficiency of residential facilities within the Dixie National Forest, ensuring compliance with current standards and improving living conditions for occupants. The contract value is estimated between $100,000 and $250,000, with a performance period of 120 calendar days starting from June 1, 2025. Interested contractors must attend a pre-proposal site visit on May 16, 2025, and direct inquiries to the contracting officer, Westley Bisson, at westley.bisson@usda.gov.