Y--MOD/MODE/US Bypass Canal Repairs

SOL #: 140R3026R0001Solicitation

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

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Canals (Y1KB)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Feb 19, 2026, 8:00 PM

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 proposals for MOD/MODE/US Bypass Canal Repairs in Yuma, Arizona. This 100% HUBZone Set-Aside opportunity involves the replacement and repair of concrete canal panels to improve agricultural drainage flow. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Proposals are due February 19, 2026, at 12:00 p.m. PS.

Scope of Work

This project requires the replacement and repair of concrete canal panels for the Main Outlet Drain (MOD), Main Outlet Drain Extension (MODE), and US Bypass Canals. Key tasks include:

  • Saw cutting, demolition, vegetation removal, and legal disposal of existing canal lining panels.
  • Furnishing and placing new 3.5-inch thick concrete canal lining panels, including groove and expansion joints.
  • Applying crack sealant and conducting testing for backfill material and new concrete.
  • Providing labor, equipment, and materials for cofferdams to prevent water intrusion.
  • Optional work includes dewatering and placement of erosion control-slurry fill.
  • Specific repair locations and deficiencies are detailed in Appendix 1 of the SOW, with technical drawings provided for canal lining sections and expansion joint details.

Contract Details

  • Contract Type: Firm Fixed-Price Construction.
  • Estimated Magnitude: Between $1,000,000 and $5,000,000.
  • Set-Aside: 100% Historically Underutilized Business (HUBZone) Set-Aside.
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction), with a $45M small business size standard.
  • Performance Period: 120 calendar days from contract award.
  • Place of Performance: Yuma, Arizona.
  • Canal Outages: Scheduled from April 6, 2026, through April 22, 2026.
  • Bonds: Performance and payment bonds (SF25 and SF25A) are required within 5 calendar days after award. A bid guarantee (SF24) is also required.

Submission & Evaluation

  • Proposals Due: February 19, 2026, at 12:00 p.m. PS.
  • Submission Method: Electronic proposals are authorized and should be submitted via email to Harris Abellon at habellon@usbr.gov.
  • Evaluation Factors: Proposals will be evaluated based on Technical Plan for Construction, Past Performance, and Price. Technical factors (Plan and Past Performance) combined are approximately equal in importance to Price.
  • Required Submissions: Proposals must be in three volumes: Business Proposal, Technical Proposal/Experience/Past Performance, and Pricing Proposal. Offerors must submit a Construction Plan, Safety Program, and Traffic Control Plan. A cross-reference index linking SOW/PWS to proposal sections is required.
  • Past Performance: Completed CPARS reports will be accepted in lieu of Past Performance Questionnaires (PPQs).

Amendments & Clarifications

  • Amendment 0002 (Feb 11, 2026): Clarifies that no new general questions will be accepted. Questions pertaining only to this amendment must be submitted by February 16, 2026, at 12:00 p.m. PS to Harris Abellon. The offer due date remains unchanged. Offerors must acknowledge receipt of this amendment.
  • Q&A (Feb 11, 2026): Clarifies that a separate column for "float" in proposal schedules is not strictly required if schedule logic and flexibility are clearly identifiable.
  • Prior Q&A (Feb 5, 2026): Confirmed that a single individual may serve as Quality Control Manager, Superintendent, and SSHO if qualified. Also provided guidance on HUBZone and minority participation goals (FAR 52.222-23), notification to DOL for subcontracts, and proposal submission requirements.

People

Points of Contact

Abellon, HarrisPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Award Notice
Posted: Mar 16, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 11, 2026
Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2
Solicitation
Posted: Jan 21, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 15, 2026
View