F--CNWR & CVCA Irrigation and Maintenance

SOL #: 140R3026R0002Award Notice

Overview

Buyer

Interior
Bureau Of Reclamation
LOWER COLORADO REGIONAL OFFICE
BOULDER CITY, NV, 89005, United States

Place of Performance

Place of performance not available

NAICS

Soil Preparation (115112)

PSC

Land Treatment Practices Services (Plowing/Clearing, Etc.) (F006)

Set Aside

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

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Feb 4, 2026

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

An Award Notice was published on February 2, 2026, for the Bureau of Reclamation (BOR) opportunity for Irrigation and Maintenance Services for the Cibola National Wildlife Refuge (CNWR) and Cibola Valley Conservation Area (CVCA) in La Paz County, Arizona. This effort was previously solicited as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a Total Small Business Set-Aside. The solicitation for this opportunity closed on January 20, 2026.

Scope of Work

The awarded contract will provide non-personal services for farming, irrigation, and water delivery to manage cottonwood-willow, mesquite, and marshland cover types, and irrigation structure maintenance. Key services include:

  • Irrigation Services: Operating pumps, managing water orders, and irrigating riparian land cover types (cottonwood/willow, mesquite) through flood irrigation.
  • Irrigation System Repair: Inspecting and repairing canals, gates, and field ports, with a preference for bio-based repair materials.
  • Site Maintenance: Monitoring field borders, maintaining interior roads (10 ft width, 14 ft vertical clearance), dust control, and clearing vegetation from roads and ditches.
  • Farming Practices: Land preparation (disking, plowing, laser leveling, grubbing), cover crop management, and field preparation for planting.
  • Special Requirements: Contractor-furnished chemicals and repair parts, ArcGIS QuickCapture for data collection, monthly invoicing, and various submittals (e.g., Quality Assurance Plan, Safety Plan).

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Period of Performance: Five-year ordering period, anticipated from February 1, 2026, through January 31, 2031.
  • Estimated Value: The solicitation indicated a maximum cumulative amount for all task orders of $3,000,000.00, with a minimum order guarantee of $3,000.
  • Acquisition Method: Federal Acquisition Regulation (FAR) Part 12 (Commercial Products/Services) and Part 13 (Simplified Acquisition Procedures).
  • NAICS Code: 115112 (Soil Preparation, Planting and Cultivating), with a small business size standard of $9.5 million.

Solicitation & Evaluation (Prior to Award)

  • Proposal Submission: Electronic via email to the Contract Specialist.
  • Evaluation Criteria: Technical merit was considered more important than pricing. Award was based on the Offeror's initial proposal.
  • Key Deadlines:
    • Site Visit: January 7, 2026 (attendance recorded in Attachment 4).
    • Written Questions Due: January 13, 2026.
    • Offer Submission: January 20, 2026, at 2:00 PM PST.

Eligibility & Set-Aside

This opportunity was a Total Small Business Set-Aside.

Key Documents

  • Performance Work Statement (PWS) (Attachment 1): Detailed the full scope of services.
  • Revised Price Schedule (Attachment 3): Outlined pricing structure for five performance years, including estimated quantities and cost reimbursement items. This was updated by Amendment 0001.
  • Wage Determination (Attachment 2): Specified minimum wage rates and fringe benefits under the Service Contract Act for La Paz County, AZ.
  • Amendment 0001: Provided the site visit attendee list and incorporated the revised Attachment 3.

Contact Information

Primary Point of Contact: Maribel Ruble at mruble@usbr.gov or 928-343-8217.

People

Points of Contact

Ruble, MaribelPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Award Notice
Posted: Feb 4, 2026
View
Version 4Viewing
Award Notice
Posted: Feb 2, 2026
Version 3
Solicitation
Posted: Jan 14, 2026
View
Version 2
Solicitation
Posted: Dec 30, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 15, 2025
View