Y--EC LMDT Dewatering Well #1 Repair
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 Department of the Interior, Bureau of Reclamation, is soliciting quotes for Dewatering Well #1 Repair at the Leadville Mine Drainage Tunnel Water Treatment Plant near Leadville, Colorado. This Firm-Fixed-Price contract involves replacing a deteriorated well casing screen to restore pumping functionality. Quotes are due May 8, 2026, at 1:00 PM MT.
Scope of Work
The project requires contractor services to repair Dewatering Well #1. Key tasks include:
- Removal of the existing 100 HP motor and 1500 gpm pump.
- Installation of a new 16-inch internal casing (125 feet) and a 10-foot 316 stainless steel Johnson well screen within the existing 20-inch casing.
- Installation of a dielectric coupler.
- Post-installation video inspection.
- Re-installation of the pump and motor (power reconnection by government staff). The work will be performed in remote, unimproved, forested-road conditions at Dewatering Well #1 at Station 10+25 near 749 Hwy 91, Leadville, CO.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: July 1, 2026 – September 30, 2026
- Estimated Magnitude: Between $25,000 and $100,000
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction)
- Small Business Size Standard: $45M
- Set-Aside: None specified (Open Competition)
- Quotes Due: May 8, 2026, at 1:00 PM MT (supersedes previous dates)
- Published: April 30, 2026 (Amendment date)
Submission & Evaluation
Quotes must include Technical Information demonstrating capability and a Price Quotation using the CLIN structure. Submissions are via email to jamahel_fayall@ios.doi.gov. Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Technical acceptability will be evaluated on a pass/fail basis, and price will be assessed for completeness, balance, and reasonableness. The award will go to the lowest-priced, technically acceptable, and responsible offeror.
Key Information for Bidders
- Optional Site Visit: Schedule with Jenelle Stefanic (JStefanic@usbr.gov) by April 10, 2026.
- Technical Questions: Submit via email by April 20, 2026.
- Required Submittals: Insurance certification, acceptable liability insurance, company experience (up to five similar projects in last five years), and past performance.
- Compliance: Adherence to Davis-Bacon Act prevailing wage rates (see Attachment 6), Reclamation Safety and Health Standards (RSHS), and OSHA standards.
- Attachments: Performance Work Statement (PWS), reference drawings (Well 1 Diagram, Damage Drawing, Aerial Map), and a data sheet with dimensional and pump/motor information are provided.