Y--WY MIRACLE MILE VAULT CONSTRUCTION
Presolicitation from BUREAU OF RECLAMATION • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 06, 2026. Industry: NAICS 238120 • PSC Y1PA.
Market snapshot
Awarded-market signal for NAICS 238120 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238120
Description
The principal components of work include, but are not limited to the following:
1) Pump, demolish and remove the four current vault toilet buildings and their cement pads.
2) Supply, deliver, and install three single vault toilet buildings and one double vault toilet building as described in Location Descriptions.
3) Provide all labor, equipment, materials, and supplies, necessary to perform all work, including the required demolition and proper disposal of existing Comfort Station buildings and equipment, demolition and proper disposal of existing sanitary vault(s) and pad supporting the building structure. All materials for disposal in the removal construction shall be disposed of at a legal facility location.
4) Locating all underground utilities in the vicinity of work.
5) Backfilling and compacting of soil for both project sites after installation by contractor.
6) Sloping and final grading of site to ensure drainage is away from the vault toilet buildings on all sides.
7) Recycle concrete material as feasible from demolition. Provide Reclamation with any Recycling/Disposal receipts.
8) All work necessary to upgrade the existing accessible parking spaces with appropriate signage and access to the vault toilet buildings.
a. Base coarse installation as required.
9) Remove any garbage/waste associated with the project.
a. Contour and grade out the soil dug and removed for the vault into the parking lot area.
b. Remove any rocks found in the soil that is dug and removed for the vault to be inline with the boulders, surrounding the parking lot area.
The solicitation is anticipated to be issued as a Total Small Business Set-Aside utilizing Simplified Acquisition Procedures.
The Request for Quote (RFQ) is intended to be posted to SAM.gov on or about March 6, 2026. The date for receipt of quotations is anticipated to be on or about March 25, 2026.
It is incumbent upon contractors to monitor the SAM.gov web page for RFQ release and all subsequent amendments.
The Product Service Code is Y1PA Construction of Recreation Facilities (Non-Building) and the NAICS code is 238120 Structural Steel and Precast Concrete Contractors with a Size Standard of $19 million.
In accordance with FAR 36.201, the estimated magnitude of this proposed construction project is between $100,000 and $250,000.
HARD COPIES OF THE SOLICITATION WILL NOT BE ISSUED. Quotations are not requested and will not be accepted from this Pre-Solicitation Notice.
Active company registration is required in SAM.gov prior to submitting a quotation in response to the solicitation.
IPP: Payment requests for the anticipated purchase order are required to be submitted electronically through the U.S. Department of Treasury’s Invoice Processing Platform (IPP) system. The IPP website is https://www.ipp.gov. The contractor must use the IPP website to register access and submit requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP helpdesk via e-mail at IPPCustomerSupport@fiscal.treasury.gov or by telephone at (866) 973-3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with their quotation.
If you are deaf, hard of hearing, or have a speech disability, please dial 7-1-1 to access telecommunication relay services.
For further information or questions regarding this pre-solicitation notice or solicitation, please contact Natalie Oslund by e-mail at noslund@usbr.gov.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.