Z--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 is soliciting proposals for the CRIP MC Checks and Lateral 73 Construction project, a Firm-Fixed-Price contract estimated between $18,000,000 and $22,000,000. This is a Competitive, Full and Open Acquisition with no set-asides. Proposals are due by March 3, 2026, at 12:00 P.M. Eastern Time.
Scope of Work
This comprehensive project involves the rehabilitation and replacement of multiple check structures (MC185, MC270, MC420, and Lateral 73-36) within the Colorado River Irrigation Project (CRIP) in La Paz County, Arizona. The scope is divided into several Contract Line Items (CLINs):
- CLIN 5 (Base Bid): Focuses on the Lateral 73-36 Check 1 Replacement, including the construction of a temporary bypass channel, a new long-crested weir, a precast headgate structure, associated earthwork, and demolition of existing structures.
- CLIN 1 (Bid Additive 2): Covers the CRIP MC185 and MC270 Check Rehabilitation, which entails selective demolition, concrete repairs, installation of radial and lateral gates, new control buildings, electrical systems, and road resurfacing.
- CLIN 2, 3, 4 (Bid Additive 1): Pertains to the CRIP MC420 Check Replacement, including the design and provision of a Contractor-furnished radial gate, the replacement of the check structure itself, canal realignment, and significant electrical transmission and distribution modifications, such as realigning a 69kV Power Line.
Key Constraints & Conditions
Work must be meticulously coordinated with CRIP irrigation operations, utilizing annual 2-week dry-up periods in January (with an additional week in February for Lateral 73). Long-lead items like radial gates are anticipated for installation during the January 2028 dry-up, with MC420 construction throughout 2027. Electrical transmission work is subject to specific outage windows (November 1st to February 28th, 8-hour duration).
Geotechnical reports provide critical data on subsurface conditions, seismic risks (including liquefaction potential), and foundation recommendations. Asbestos surveys found no asbestos, but Lead-Based Paint (LBP) was identified at Lateral 73-36, requiring special handling. Groundwater monitoring data is also available for the MC structures.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Value: $18,000,000 - $22,000,000
- Performance Period: 750 calendar days after Notice to Proceed
- Set-Aside: None (Competitive, Full and Open Acquisition)
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction (Small Business Size Standard: $45,000,000)
- Bid Guarantee: Required (20% of bid price or $2,000,000, whichever is less). Performance and Payment Bonds (SF-25, SF-25A) will be post-award requirements.
- TERO Fees: A 3.5% Tribal Employment Rights Office (TERO) fee applies to each pricing schedule.
- Wage Rates: Department of Labor prevailing wage rates (AZ20260007, AZ20260052) are applicable.
Submission & Evaluation
- Proposal Deadline: March 3, 2026, at 12:00 P.M. Eastern Time.
- Submission: Electronically, in two volumes (Price and Technical).
- Technical Proposal Page Limit: Increased from 40 to 75 pages per Amendment 0001.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). The lowest-priced offer will be evaluated for technical acceptability first.
- 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.
- Safety Manager: A dedicated full-time onsite Safety Manager is not explicitly required; a qualified senior team member can manage safety responsibilities.
Contact Information
For inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.