Z--Reclamation - Interior Region 10 California - Great Basin (CGB) Region has a ne
ID: 140R2024R0015Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
    Description

    The Department of the Interior's Bureau of Reclamation is preparing to solicit proposals for the construction project titled B.F. Sisk Dam Safety of Dams Modifications, Phase II, located near Los Banos, California. This project, with an estimated budget ranging from $250 million to $500 million, involves a three-year performance period and includes tasks such as constructing shear keys, berms, drainage zones, developing quarry sites, and installing necessary infrastructure and instrumentation. The solicitation is expected to be released as a Request for Proposal (RFP) around November 12, 2024, with proposals due by January 13, 2025, and will be awarded based on the best value proposal to all responsible sources, with a Small Business size standard set at $45.5 million. Interested contractors should register in the System for Award Management (SAM) and can direct inquiries to the primary contact, Roxana Ahola, at rahola@usbr.gov.

    Point(s) of Contact
    Roxana Ahola
    rahola@usbr.gov
    Files
    Title
    Posted
    The Department of the Interior’s Bureau of Reclamation plans to solicit proposals for the construction project titled B.F. Sisk Dam Safety of Dams Modifications, Phase II, located near Los Banos, California. The project, with an estimated budget of $250 - $500 million, covers a performance period of three years and includes a variety of tasks such as constructing shear keys, berms, and drainage zones, developing quarry sites, and installing necessary infrastructure and instrumentation. The solicitation will be released as a Request for Proposal (RFP) around November 12, 2024, with proposals due by January 13, 2025, and aims to award a firm fixed-price contract based on the best value proposal. This procurement is open to all responsible sources, emphasizing participation regardless of business size, with the Small Business size standard set at $45.5 million. The RFP will be posted electronically on SAM.gov, and interested contractors must register in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI). For further information, inquiries can be directed to the Contract Specialist via email.
    Similar Opportunities
    Z--Teton Dam 50th Commemoration Overlook Project
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified small businesses for the Teton Dam 50th Commemoration Overlook Project, which involves the construction of a new concrete overlook and associated site improvements in Fremont County, Idaho. The project includes demolishing the existing asphalt overlook, installing a new restroom building, picnic tables, and various site enhancements such as guardrails and informational kiosks. This opportunity is significant as it aims to enhance visitor experience and commemorate the historical importance of the Teton Dam. The estimated contract value ranges from $1,000,000 to $5,000,000, with the solicitation expected to be issued in November 2024. Interested contractors should contact Jason Baldwin at jbaldwin@usbr.gov or by phone at 208-378-6217 for further information.
    Z--Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project, located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and various associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment. This initiative is crucial for enhancing dam safety and infrastructure resilience, with a performance period spanning from March 2025 to January 2029 and an estimated contract value between $100 million and $200 million. Interested contractors must submit sealed bids by November 8, 2024, and can direct inquiries to Lynette Rock at LRock@usbr.gov or call 385-228-8535.
    J--Bishop Campgrounds' Water Systems Great American Outdoor Act (GAOA)
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit bids for the replacement and modernization of drinking water systems at three campgrounds in California, funded by the Great American Outdoor Act (GAOA). The project aims to ensure compliance with Safe Drinking Water Act standards and includes tasks such as replacing solar panels, supporting structures, and epoxy lining of storage tanks. This initiative is crucial for maintaining safe and reliable water access for campground visitors, enhancing the overall outdoor experience. The BLM plans to issue a Total Small Business Set-Aside solicitation in November 2024, with an estimated contract value between $250,000 and $500,000, and work is expected to commence around June 1, 2025. Interested contractors should contact Samuel Bon at sbon@blm.gov for further details and must register in the System for Award Management (SAM) to participate.
    USACE SPK DB Construction – DDJC Tracy Wastewater Treatment Plant (WWTP) Repairs – Tracy California
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Request for Proposal (RFP) for the Design-Build construction contract focused on repairs at the DDJC Tracy Wastewater Treatment Plant (WWTP) in Tracy, California. The project aims to address critical repairs to the aging infrastructure of the operational facility, which currently processes only 6% of its original capacity, necessitating the implementation of a temporary treatment system during the repair process. The estimated construction cost ranges from $10 million to $25 million, with the RFP expected to be released in early November 2024 and proposals due by mid-December 2024. Interested contractors should contact Jessica Padilla at jessica.padilla@usace.army.mil or Melissa A. DeNigris at Melissa.a.denigris@usace.army.mil for further details and ensure they are registered in SAM.gov to participate.
    Ice Harbor Dam Intake Gate Hydraulic System Upgrades
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Walla Walla District is preparing to solicit bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, located in Burbank, Washington. This construction contract, valued between $10 million and $25 million, aims to enhance the hydraulic systems at the Ice Harbor Dam along the Snake River, with a firm-fixed-price structure and a completion deadline set for February 28, 2028. Interested small businesses are encouraged to participate, as this opportunity is a Total Small Business Set-Aside, and proposals will be due approximately 30 days after the solicitation is posted on sam.gov, expected in October or November 2024. For further inquiries, potential bidders can contact Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Chief Joseph Dam Upstream Monolith Joint Sealing
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is seeking qualified small businesses for a construction project titled "Chief Joseph Dam Upstream Monolith Joint Sealing" located in Bridgeport, Washington. The project aims to mitigate seepage into the spillway drainage galleries by installing new hydrophilic waterstops at specific spillway construction joints and performing underwater crack sealing to enhance the dam's structural integrity and safety. This construction effort is crucial for maintaining the Chief Joseph Dam's stability and is estimated to fall within a contract value of $1 million to $5 million, with work scheduled from November 2025 to February 2026. Interested firms must submit their capability statements by 10:00 AM PDT on October 31, 2024, to Xuejiao Sun at xuejiao.sun@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for government contracts.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    WSD/CVD ELEVATOR MAINTENACE AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers San Francisco District, is soliciting proposals for elevator maintenance, inspection, testing, and repair services at the Coyote Valley Dam and Warm Springs Dam in California. The contract, which is set aside for small businesses, requires contractors to ensure the safe and reliable operation of elevators, including conducting quarterly preventive maintenance and emergency repairs, with a total projected budget of $360,000 over a base year and three option years. This procurement underscores the importance of maintaining critical infrastructure and adhering to safety standards, with proposals due by October 28, 2024, at 12:00 PM PT. Interested parties can contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil for further information.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is seeking bids for the replacement of Generator Step-Up (GSU) transformers at three power plants as part of the Trinity River Division in California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations. This initiative is crucial for modernizing the electrical infrastructure and maintaining uninterrupted power generation during the replacement process. The estimated contract value ranges from $35 million to $50 million, with proposals due by January 31, 2025. Interested bidders can contact Matthew Thomas at mthomas@usbr.gov or call 916-978-5117 for further information.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.