J--Rehab Well no. 2 at Yosemite Valley - Yosemite NP
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 National Park Service (NPS), under the Department of the Interior, is seeking a Professional Deep Well Specialist for the rehabilitation of Well No. 2 at Yosemite Valley, Yosemite National Park, California. This Total Small Business Set-Aside opportunity involves urgent repairs and rehabilitation of the well, including pulling and reinstalling a turbine pump from approximately 187 feet deep, assessing and refurbishing components, and ensuring compliance with disinfection standards. Proposals are due by March 31, 2026, at 12:00 PM Pacific Time.
Scope of Work
The selected contractor will perform comprehensive rehabilitation of Well No. 2. Key tasks include:
- Removing the motor and base from the well column.
- Pulling the turbine pump set from approximately 187 feet depth.
- Assessing and refurbishing below-grade components, such as T&C column pipe water lube and 1-1/2” water lube shaft assembly, with expected replacement of spider bearings and other bolts.
- Assessing and potentially replacing the well casing (187') and PVC pipe for the level transducer sounding tube due to age and glacial silt damage.
- Re-installing all components and adjusting the shaft to optimum impeller clearance.
- Remaining onsite during NPS personnel startup procedures to verify water production, amperage, and shaft stability.
- Disinfecting the well and equipment in compliance with AWWA C654-03 (or most recent), sections 4.4, 4.5, and 4.5.1, specifically using the AWWA C-651 "Swab Method" with sodium hypochlorite. Flushing to achieve chlorine residual below 1.00 mg/L and dechlorination are required.
- All wetted components must comply with NSF/ANSI 61.
- Technical specifications include a 6-inch pump column diameter, 1-3/16 inch pump line shaft diameter, 1-inch Schedule 40 PVC sounding tube, 140 PSI normal discharge pressure, and a 100 HP pump motor rating for 600-800 GPM production. Replacement pipe must meet or exceed 0.277 inches wall thickness. Video inspection is not required.
Period & Place of Performance
Work will be performed at Yosemite Valley, California, at approximately 4000 feet elevation, behind Yosemite Lodge on an uneven, unpaved road with potential muddy conditions. Work hours are Monday through Friday, 7:00 AM to 5:00 PM, with no weekend or holiday work permitted without written permission. Bidders are required to propose their project timeline. A 45-foot vehicle length restriction is in place on Highway 140, and an NPS representative will always be onsite.
Contract Details
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 221310 (Maintenance, Repair And Rebuilding Of Equipment: Water Purification And Sewage Treatment Equipment)
- Small Business Size Standard: $41,000,000
Submission & Evaluation
Proposals are due by March 31, 2026, at 12:00 PM Pacific Time. Award will be made to the offeror providing the best value, evaluated comparatively based on:
- Price
- Technical ability (including equipment, personnel, disinfection standards, proposed approach, and schedule)
- Prior Experience Quotes must be submitted via email to tim_modjeski@nps.gov and should include a completed SF 18, signed acknowledgement, acknowledged amendments, completed provisions, a project narrative (max two pages), and three prior experience examples.
Key Amendments
This solicitation has undergone several amendments. The most recent, Amendment 0005, revised the award selection process, replaced the Statement of Work, extended the RFQ due date, and provided comprehensive answers to contractor questions, clarifying technical specifications and project requirements.
Contact Information
For inquiries, contact Timothy Modjeski at Timothy_Modjeski@ios.doi.gov or 303-819-9916.