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 (BIA), Department of the Interior, is soliciting proposals for CRIP MC Checks and Lateral 73 Construction. This project involves the rehabilitation and replacement of critical check structures, canal realignment, and electrical transmission/distribution modifications within the Colorado River Irrigation Project (CRIP) in La Paz County, Arizona. The solicitation is a Firm Fixed-Price contract, with an estimated value between $18,000,000 and $22,000,000. Proposals are due by April 16, 2026, at 4:00 P.M. EDT.
Scope of Work
The comprehensive project is divided into several Contract Line Items (CLINs) across multiple sites (MC185, MC270, MC420, and Lateral 73-36) southwest of Parker, AZ:
- CRIP Lateral 73-36 Check 1 Replacement (Base Bid - CLIN 5): Construction of a temporary bypass, a new replacement Check 1 structure with a long-crested weir, access road improvements, demolition of existing structures, and installation of a new precast headgate structure.
- CRIP MC420 Check Replacement (Bid Additive 1 - CLIN 3): Demolition of the existing MC420 structure, site preparation, foundation work, construction of a new concrete check structure, fabrication and installation of a new radial gate, canal realignment, new control building, and electrical system installation.
- MC420 Electrical Transmission and Distribution Modifications (Bid Additive 1 - CLIN 4): Realigning a 69kV electrical transmission line (including clearing, foundations, poles, conductors, isolation switch) and extending the electrical distribution line to the new MC420 control building.
- MC185 and MC270 Check Rehabilitation (Bid Additive 2 - CLIN 1): Demolition of designated features, repair of existing concrete check structures, installation of contractor-furnished radial gates and owner-furnished lateral gates, new control buildings, and electrical systems.
- Contractor-furnished MC420 Radial Gate (Bid Additive 1 - CLIN 2): Design and shop drawing development for the MC420 radial gate.
Contract Details
- Contract Type: Firm Fixed-Price.
- Estimated Value: $18,000,000 to $22,000,000.
- Period of Performance: 750 calendar days after Notice to Proceed. Specific activities (e.g., radial gate installations, MC420 construction completion) are tied to annual January dry-up periods (e.g., January 2028) and winter 2026/2027 for electrical pole installation.
- Set-Aside: None (Unrestricted, Full and Open Competition). Small business participation is a key evaluation factor with specific goals.
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction (Size Standard: $45,000,000.00).
- Liquidated Damages: $2,043.00 per day for delays.
- Bid Guarantee: Required (20% of bid price or $3,000,000.00, whichever is less).
- TERO Fees: A 3.5% Tribal Employment Rights Office (TERO) fee is associated with each pricing schedule.
Period & Place of Performance
Work will be performed at various sites within the Colorado River Indian Reservation, southwest of Parker, Arizona, including Main Canal Checks 185, 270, and 420, and Sublateral 73-36.
Evaluation Factors
Award will be made using the Lowest Price Technically Acceptable (LPTA) method. Price is evaluated first, and only the lowest-priced offer will be examined for technical acceptability. Key evaluation factors include:
- Total price reasonableness and completeness.
- Technical Approach.
- Key Project Management/Technical Support.
- Proposed Contract Duration and Summary Schedule.
- Relevant Experience and Past Performance.
- Small Business Participation.
Submission Requirements & Key Dates
- Proposal Due Date: April 16, 2026, at 4:00 P.M. Eastern Daylight Time (EDT).
- Submission: Electronically in two volumes: Volume I (Price) and Volume II (Technical).
- Contact: Thomas Tortorella (thomas.tortorella@bia.gov).
- Site Visits: Contractors wishing to visit project sites must coordinate with Manuel Ramirez (Manuel.Ramirez@bia.gov, 928-669-0305) or Clarence Begay (Clarence.Begay@bia.gov, 520-251-3889). Technical questions during visits must be submitted in writing to the Contracting Officer.
Special Requirements / Notes
The project involves working within an active irrigation system, requiring coordination with annual dry-up periods and strict work restrictions to minimize operational impacts. Geotechnical reports detail subsurface conditions, including liquefaction potential and soil chemistry. An Asbestos-Containing Material (ACM) survey found no asbestos, but Lead-Based Paint (LBP) was identified in specific areas of the Lateral 73 structure, requiring abatement-trained workers if removed. Bidders must be familiar with hydraulic structures, earthwork, drilled shafts, and overhead electrical lines.