Y--SAN JUAN LATERAL BLOCK 2-3 HDD
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 Reclamation, Upper Colorado Regional Office has issued a Presolicitation notice for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3 Horizontal Directional Drilling (HDD). This notice advises contractors that the solicitation number for this requirement has been changed from 140R4025R0027 to 140R4026R0002. A separate pre-solicitation notice for the new number will be posted, and the definitive solicitation will only be issued under 140R4026R0002. The project involves significant HDD work for water transmission pipelines, with an estimated value between $30,000,000 and $60,000,000.
Anticipated Scope of Work (Based on Draft 140R4025R0027)
The project is expected to involve Horizontal Directional Drilling (HDD) for buried water transmission pipelines in San Juan County, New Mexico. Key requirements, as outlined in previous drafts, include:
- 42-inch pipeline HDD: Approximately 3,295-foot bore length for Reach 2 Nenahnezad Bluff.
- 36-inch pipeline HDD: Approximately 2,000-foot bore length for Reach 2 Shumway Arroyo, 2,400-foot for Reach 2 San Juan River, and 2,080-foot for Reach 3 Chaco River.
- Deliverables: Quality Control Plan (three-phase system), Preliminary and Final Quantity Surveys (with Surveying Plan), As-Built and Final Drawings.
- Compliance: Strict adherence to environmental regulations (e.g., Clean Water Act, SWPPP) and protection of cultural resources.
Anticipated Contract & Timeline (Based on Draft 140R4025R0027)
- Contract Type: Fixed Price Contract.
- Estimated Value: $30,000,000 - $60,000,000.
- Period of Performance: Approximately 469 calendar days from Notice to Proceed, targeting completion by August 24, 2027.
- Set-Aside: This requirement is anticipated to be a Small Business Set-Aside (NAICS 237110, $45.0M size standard), with Indian Preference requirements.
- Published Date (This Notice): October 6, 2025.
- Previous Draft Proposal Due Date: January 28, 2026, 1300 local time (Note: This date is for the previous draft solicitation and is subject to change with the new solicitation number).
Anticipated Evaluation Factors (Based on Draft 140R4025R0027)
Award is expected to be based on a "Best Value" approach (FAR Part 15), considering:
- Technical Approach
- Staff Qualifications and Key Personnel & Experience
- Quality Control
- Past Performance and Safety
- Cost/Price Technical factors (1-3) are considered approximately equal in importance and more important than Cost/Price.
Key Documents & Requirements (Based on Draft 140R4025R0027)
Bidders should prepare for requirements such as:
- Experience Form: Detailing past project experience relevant to the scope.
- Key Personnel Form: Providing information on proposed essential personnel, including licensing, education, and qualifying experience.
- Engineering & Geological Data: Detailed drawings, plans, geological logs, and physical properties test results for subsurface conditions.
- Wage Determinations: Compliance with prevailing wage rates for Heavy Construction (NM20250040) and Building Construction (NM20250046) in San Juan County, New Mexico.
- Price Schedule: Outlining specific Contract Line Item Numbers (CLINs) for two reaches, including mobilization, HDD activities, and other services. Bidders must account for New Mexico and Navajo Nation Gross Receipts Tax.
- Past Performance Questionnaire: For client feedback on previous contracts.
Important Notes
- This is a Presolicitation notice. The definitive solicitation will be posted under the new number 140R4026R0002.
- A substantial bid guarantee (20% of proposed price) and 100% payment/performance bonds will be required.
- A pre-award site visit was anticipated around November 5, 2025 (for the previous draft).
- Proposals are expected to be submitted electronically.
- Primary Contact: Amy Loveless, aloveless@usbr.gov, 801-524-3790.