CRIP MC Checks and Lateral 73 Construction
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the CRIP MC Checks and Lateral 73 Construction project. This is a competitive, full and open acquisition with no set-asides, seeking a contractor for the rehabilitation and replacement of critical irrigation check structures, canal realignment, and associated electrical transmission modifications within the Colorado River Irrigation Project (CRIP) in La Paz County, Arizona. The estimated value for this Firm-Fixed-Price contract is between $18,000,000 and $22,000,000. Proposals are due March 3, 2026, at 12:00 P.M. Eastern Time.
Scope of Work
The project is divided into several Contract Line Items (CLINs) as detailed in the Statement of Work and Pricing Schedule:
- Base Bid (CLIN 5): CRIP Lateral 73-36 Check 1 Replacement, including construction of a new long-crested weir, replacement of a sub-sublateral turnout headgate, temporary bypass channels, earthwork, and demolition of existing structures. This work is located approximately 5.5 miles south of Poston, Arizona.
- Bid Additive 1 (CLINs 2, 3, 4): Focuses on the CRIP MC420 Check Replacement, including the design and furnishing of a radial gate (CLIN 2), construction of the MC420 check structure, canal realignment, earthwork, and installation of electrical control systems (CLIN 3). It also covers CRIP MC420 Electrical Transmission and Distribution Modifications, involving realignment of a 69kV power line and extension of electrical distribution (CLIN 4).
- Bid Additive 2 (CLIN 1): Covers CRIP MC185 and MC270 Check Rehabilitation, including selective demolition, concrete repairs, installation of contractor-furnished radial gates and owner-furnished lateral gates, new control buildings, electrical systems, and access road resurfacing.
Work must be coordinated with CRIP system dry-up periods, typically a two-week annual period in January, with specific construction milestones tied to these windows. The total performance period is 750 calendar days after Notice to Proceed.
Contract Details
- Contract Type: Firm-Fixed-Price
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Small Business Size Standard: $45,000,000.00
- Set-Aside: None (Competitive, Full and Open Acquisition)
- Bid Guarantee: Required (20% of bid price or $2,000,000.00, whichever is less) using SF-24.
- Bonds: Performance (SF-25) and Payment (SF-25A) bonds will likely be post-award requirements.
- Wage Rates: DOL Wage Rates AZ20260007 and AZ20260052 apply.
- Invoicing: Electronic invoicing and payment via the Invoice Processing Platform (IPP).
- Buy American Act: Provisions apply, with potential waivers for designated country construction materials.
Submission & Evaluation
- Questions Due: February 2, 2026, via the attached Questions and Answers Log.
- Proposal Deadline: March 3, 2026, at 12:00 P.M. Eastern Time.
- Submission: Electronically in two volumes: Volume I - Price Proposal and Volume II - Technical Proposal.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). Price will be evaluated first, and only the lowest-priced offer will be examined for technical acceptability (rated Acceptable/Unacceptable).
- Key Evaluation Factors: Total price reasonableness and completeness, Technical Approach, Key Project Management/Technical Support, Proposed Contract Duration and Summary Schedule, and Relevant Experience and Past Performance.
Key Documents & Information
Bidders should review comprehensive documents including Geotechnical Data Reports (Lateral 73, MC185/270/420), Groundwater Monitoring Reports, Asbestos Assessment Surveys, detailed Specifications and Drawings for each check structure (Lateral 73, MC185, MC270, MC420), and the Pre-Bid Site Visit Overview for critical project context and technical requirements.