Z--Reclamation - Interior Region 10 California - Grea
ID: 140R2024R0015Type: Solicitation
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
  1. 1
    Posted Nov 12, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 8:00 PM UTC
Description

The Bureau of Reclamation, part of the U.S. Department of the Interior, is seeking proposals for the B.F. Sisk Dam Safety of Dams (SOD) Modifications, Phase II project, located in California. This procurement, estimated to cost between $250 million and $500 million, involves extensive modifications to enhance dam safety, including the construction of shear keys, drainage systems, and monitoring instrumentation for slope stability. The project is critical for maintaining infrastructure integrity and ensuring compliance with safety standards, with a performance period set from June 2, 2025, to June 2, 2028. Interested contractors must submit their proposals by January 27, 2025, and can direct inquiries to Roxana Ahola at rahola@usbr.gov or by phone at 916-978-5549.

Point(s) of Contact
Ahola, Roxana
(916) 978-5549
(916) 978-5175
rahola@usbr.gov
Files
Title
Posted
Jan 24, 2025, 4:04 PM UTC
The U.S. Department of the Interior has issued a Request for Proposals (RFP) for the B.F. Sisk Dam SOD Modifications, Phase II, located in California. The estimated project cost ranges from $250 million to $500 million and is categorized as an unrestricted procurement under NAICS 237990. Proposals must be submitted by December 16, 2024, with a performance period from June 2, 2025, to June 2, 2028. The project entails extensive modifications, including constructing shear keys, installing drainage systems, developing quarries for materials, and monitoring slope stability. Contractors must adhere to strict environmental mitigation measures and comply with various labor and safety standards. A post-award conference will be held to discuss technical directives and key personnel assignments. The contract emphasizes transparency, requiring contractors to maintain compliance with small business participation commitments and submit semi-annual reports. Fair payment processes and evaluation of contractor performance will also be monitored through the Contractor Performance Assessment Reporting System. This initiative reflects the government’s commitment to infrastructure improvement while promoting compliance with funding regulations and ensuring environmental protection.
Jan 24, 2025, 4:04 PM UTC
The document pertains to Amendment 0001 of Solicitation No. 140R2024R0015, concerning the B. F. Sisk Dam SOD Modifications, Phase II project in California. The amendment serves to update existing solicitation documents, extending the contract duration from 1,095 to 1,350 days and incorporating new attachments for project management and site visits. Key attachments include schedules for virtual and in-person site visits, agenda, and a price schedule in Excel, which highlights the project's procedural requirements. Contractors are required to acknowledge receipt of this amendment for their offers to be considered valid. The document outlines the implications of delays, specifying liquidated damages at $15,735 per day for failing to complete the work within stipulated time frames. In essence, this amendment clarifies new contractual obligations, extends timelines, and enhances the communication process with future contractors by detailing necessary documentation and requirements. Overall, this reflects the federal government's ongoing commitment to managing and maintaining essential infrastructure projects by ensuring clear guidelines and expectations for contractors involved.
Jan 24, 2025, 4:04 PM UTC
The document pertains to an amendment of a solicitation for the F. Sisk Dam SOD Modifications, Phase II. Its primary purpose is to extend the proposal submission deadline from January 13, 2025, at 12:00 PM (PST) to January 27, 2025, at 12:00 PM (PST). The amendment outlines several stipulations, including the necessity for contractors to acknowledge receipt of this change to ensure their offers are not rejected. It provides various methods for contractors to confirm receipt, such as submitting a signed copy of the amendment or sending electronic notifications. Additionally, any changes to previously submitted offers must be communicated properly to be considered valid. The document serves as a formal notification to adjust the timeline for prospective bidders, reinforcing adherence to established federal contracting protocols and maintaining operational effectiveness within the Bureau of Reclamation's Mid-Pacific Region. Overall, this amendment underscores the importance of timely communication and compliance in federal procurement processes.
Jan 24, 2025, 4:04 PM UTC
The document details Amendment No. 0003 for the B.F. Sisk Dam Safety of Dams (SOD) Modifications, Phase II project, under the Bureau of Reclamation. Its primary aim is to address changes to solicitation documents, incorporating various revisions, especially in contract specifications and responses to offerors' questions. Key updates include modulations to specifications regarding the removal and control of water, amendments to project drawings, and clarification on environmental permits available to contractors. A significant part involves responses to bidders’ inquiries, elucidating technical requirements, project timelines, and operational protocols. For instance, it confirms the expectation for contractors to manage water control systems effectively and outlines responsibilities regarding dewatering and unwatering operations, ensuring adherence to federal standards and environmental compliance. The fundamental focus remains on maintaining project integrity while facilitating contractor participation through clear guidelines and updates, aimed at enhancing stakeholder engagement in the federal procurement process. Ensuring accurate submissions and compliance with specified terms is emphasized to support successful contract execution within stipulated timelines and conditions.
Jan 24, 2025, 4:04 PM UTC
The document outlines the amendment and solicitation details for the B. F. Sisk Dam SOD Modifications, Phase II project under solicitation number 140R2024R0015. Its primary purpose is to incorporate updates to relevant sections of the solicitation, including the addition of FAR 52.222-33 Alternate I related to Project Labor Agreements and the inclusion of new questions regarding the project. Key instructions on submitting proposals are detailed, along with scheduling for virtual and in-person site visits. Offerors are required to submit structured proposals consisting of a Business Proposal, Technical Proposal, and Pricing Proposal while adhering to mandatory formats and submission procedures. Expectations for small business participation and documentation for subcontracting plans are specified. The solicitation emphasizes compliance with federal regulations, reporting requirements, and submission deadlines for proposal materials. The complexity of this government request demonstrates the commitment to adhering to federal standards while providing detailed requirements for contractors and ensuring a transparent procurement process.
Jan 24, 2025, 4:04 PM UTC
The document serves as Amendment No. 0005 for the B. F. Sisk Dam SOD Modifications, Phase II, overseen by the Bureau of Reclamation. It outlines essential updates to the original solicitation, focusing on the project monitoring specifications for the ongoing works at the San Luis Unit in California. Key changes include the revision of construction specifications, replacement of outdated drawings, and modifications to project monitoring deliverables. The amendment mandates the installation of seven high-capacity cameras to monitor construction activities, ensuring continuous data streaming and archival of visual documentation. It specifies requirements for system integration, including power supply, wireless connectivity, and mobile accessibility for project officials. Furthermore, it emphasizes adherence to safety and environmental protections, particularly concerning wildlife and vegetation preservation. The document also incorporates updated wage rates in compliance with the Davis-Bacon Act for various labor classifications affected by the project. Overall, this amendment illustrates the government's commitment to maintaining rigorous project oversight while ensuring compliance with labor laws and environmental regulations.
Jan 24, 2025, 4:04 PM UTC
The document pertains to the amendment of Solicitation No. 140R2024R0015, specifically related to the F. Sisk Dam SOD Modifications, Phase II. Its primary purpose is to update past performance data by incorporating a fourth project to align with the evaluation criteria. The amendment outlines the process for contractors to acknowledge receipt, emphasizing that failure to do so could lead to the rejection of offers. Key deadlines and procedures around proposal submissions remain unchanged, with an emphasis on compliance with solicitation requirements. The document also specifies that all terms and conditions of the solicitation remain in full effect except for the amendments stated. This comprehensive update ensures all bidders have access to the latest information necessary for their proposals while maintaining a structured approach to contracting processes within the Bureau of Reclamation.
Jan 24, 2025, 4:04 PM UTC
The document addresses the B.F. Sisk Dam SOD Modifications, Phase II (140R2024R0015), providing responses to various questions posed by offerors regarding the solicitation process. Key topics include clarification of specifications, environmental permits, CAD file requests, bid bond requirements, and proposal deadlines. Significant responses confirm that all environmental permits are available upon request, and CAD files can be obtained through an amendment. Notably, the proposal due date has been extended to January 27, 2025. There are clarifications on the requirements for key personnel and the inclusion of certain documentation in proposals. Specific technical details about project requirements, such as equipment specifications and the acceptability of alternative materials and practices, are also addressed. Central themes revolve around ensuring compliance with federal regulations, contract performance expectations, and environmental management. This document reflects the structured inquiry-response nature of government RFPs, seeking to facilitate prospective bidders' understanding and adherence to project requirements. As such, it underscores the importance of transparency and thorough communication in the procurement process within government projects.
Jan 24, 2025, 4:04 PM UTC
The document outlines the requirements for a federal solicitation (140R2024R0015), emphasizing the necessity for contractors to demonstrate their experience in specific construction areas. This includes expertise in excavating materials, constructing earth-fill embankment dams, reinforced concrete dams, and ensuring environmental compliance with federal and state regulations. The government places significant importance on the contractor's management capabilities, requiring clear delineation of roles within the management team, including prime contractor and subcontractor responsibilities. It asks for detailed descriptions of communication protocols, supervision plans, and an organizational chart that illustrates job titles and their respective duties. Additionally, the document stresses the need for mechanisms to ensure subcontractor compliance with government regulations throughout the project. Overall, it aims to ensure that the awarded contractor possesses the necessary experience and management structure to successfully fulfill the project's demands while adhering to legal standards.
Jan 24, 2025, 4:04 PM UTC
The document pertains to the Offeror Responsibility Information for Solicitation 140R2024R0015, set forth by the Department of Interior. This policy mandates that government contracts are awarded only to responsible contractors, as defined by the Federal Acquisition Regulations (FAR). To ensure compliance, the Contracting Officer must obtain sufficient information regarding the prospective contractor’s ongoing commitments, equipment, and personnel capabilities. The document includes an attached schedule for offerors to disclose details about existing contracts, including contract numbers, amounts, performance periods, and subcontracting percentages. Furthermore, it requests information on labor categories required for the contract, along with the number of employees needed versus available. Offerors must also identify needed equipment and its availability, providing explanations for any shortages. This process is integral to validating the contractor's capacity to fulfill government contract requirements, securing confidentiality for submitted information. Overall, adherence to these stipulations ensures that only qualified contractors can engage with the government, maintaining the integrity of federal contracting processes.
Jan 24, 2025, 4:04 PM UTC
The document outlines the electronic proposal submission process for solicitation 140R2024R0015, utilizing the Kiteworks cloud solution for secure file-sharing. Offerors are instructed to refer to Section L for proposal content details and to register for account access by emailing specified contacts at Reclamation. It emphasizes the necessity of activating the Kiteworks access link within seven days and provides instructions on password creation and file upload. To confirm successful submission, offerors must notify Reclamation by email. The document stresses planning ahead to avoid last-minute issues with uploading proposals, ensuring a smooth submission process. Overall, the focus is on facilitating a secure and efficient electronic submission system for government proposals, highlighting time management and technical preparation as critical elements.
The virtual site visit for the B. F. Sisk Dam SOD Modifications, Phase II (RFP Number: 140R2024R0015) was held on December 3, 2024, with 58 attendees participating over a duration of approximately 1 hour and 43 minutes. The meeting's primary purpose was to discuss the dam's necessary modifications as part of ongoing infrastructure improvements, likely related to safety and operational efficiency. Participants included representatives from the U.S. Bureau of Reclamation and various external construction firms, showcasing a blend of federal agency staff and private sector professionals involved in the project. Notable external participants were from Northwest Construction, Ahtna, and A.M. King, indicating a collaborative effort towards executing the dam's modifications. The meeting facilitated engagement between stakeholders, potentially paving the way for project insights and clarifications. The diverse representation highlights the importance of interagency and public-private partnerships within federal grant and contract frameworks, particularly in large-scale infrastructure projects. The record of attendees further suggests a concerted effort to ensure transparency and consistent communication as the project progresses.
Jan 24, 2025, 4:04 PM UTC
The document outlines the pre-bid meeting for the Phase II construction modifications at the B.F. Sisk Dam, scheduled for December 3-4, 2024. Led by Contracting Officer Carlos Lopez, the meeting will cover the solicitation process, site specifications, project background, and necessary modifications. The project, classified under NAICS Code 237990, aims to enhance dam safety by addressing seismic hazards and potential soil liquefaction risks. Key components include constructing zoned stability berms, shear keys, and necessary excavation work at specified Borrow Areas. Notably, a contract amendment will extend the project's duration from 1,095 to 1,350 days. Site visit protocols emphasize that all inquiries must be formally submitted, and any updates will be posted on SAM.gov. The document spots the critical need for modifications due to the dam's high seismic risk and the potential consequences of failure on the surrounding population. This procurement initiative reflects the government's commitment to maintaining infrastructure safety and compliance through careful planning and execution.
Jan 24, 2025, 4:04 PM UTC
Jan 24, 2025, 4:04 PM UTC
The B.F. Sisk Dam SOD Modifications, Phase 2 project, outlined in Solicitation No. 140R2024R0015, aims to enhance dam safety through significant construction efforts. Scheduled for proposal submission by January 13, 2025, the project is estimated to cost between $250 million and $500 million. The contract will be a firm-fixed price structure, reflecting an unrestricted procurement with a required subcontracting plan. Key components of the project involve constructing shear keys, berms, drainage zones, and access roads at various dam locations. Additional tasks include developing quarries for materials, installing drainage systems, and managing instrumentation monitoring for slope stability and groundwater. Communication regarding the project must be conducted in writing through designated officials, with a cut-off date for questions before the proposal deadline. The work is set to commence within seven days of a notice to proceed (NTP), with a completion timeline extended to 1,350 days and penalties for delays implemented at $15,735 per day. The document underscores the importance of adhering to project specifications, contract clauses, and evaluation criteria to ensure responsive proposals. Furthermore, it highlights the commitment to environmental protection and compliance with Davis-Bacon Wage Rates. This project reflects the government's initiative to improve infrastructure while maintaining strict regulatory standards and operational efficiency.
Jan 24, 2025, 4:04 PM UTC
The provided document is a price schedule related to federal and state procurement, detailing the supplies and services needed for a project. It includes numerous Contract Line Item Numbers (CLINs) associated with specific tasks such as site security, monitoring, elk herd management, and various construction-related activities like excavation, clearing, and fencing. Each entry specifies the quantity and unit costs, primarily indicated as "for the lump sum." Key services covered encompass security measures, temporary fencing, environmental management (like dust abatement), excavation, and the installation of infrastructure such as culverts and drain cleanouts. The document emphasizes project requirements such as controlling dust and managing stormwater pollution, reflecting compliance with environmental standards. This schedule serves as part of the procurement process, allowing contractors to submit competitive bids. It plays a vital role in ensuring the project adheres to financial and regulatory guidelines while addressing project scope and environmental responsibilities. Overall, it reflects a structured approach to managing complex construction needs within government contracts, aimed at facilitating transparent bidding and effective resource allocation.
Jan 24, 2025, 4:04 PM UTC
The document is a release of claims form associated with a contract between the United States Department of the Interior and a contractor, reflecting a procedural requirement after the completion of contract work. It establishes that prior to receiving final payment, the contractor must provide a release of all claims against the United States concerning the contract. The contractor relinquishes any rights to pursue further claims or liabilities linked to the agreement, aside from specified exceptions. The form requires the contractor's signature, along with verification from an authorized corporate officer if the contractor is a corporation, thereby ensuring accountability. This release is essential for federal grant and contract management practices, guaranteeing the government’s interests are protected upon contract closure and facilitating the financial settlement process.
The document outlines the General Decision Number CA20240018, detailing wage rates for various construction projects in California, specifically within 15 counties. This includes building, heavy, and highway construction, as well as dredging projects. The contracts must comply with the Davis-Bacon Act and associated Executive Orders, particularly focusing on minimum wage standards. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, whereas contracts awarded before this date but not extended have a minimum wage of $12.90. The document also specifies area-based wage rates for various specializations such as asbestos removal, carpentry, and electrical work, with distinct rates for different counties (Area 1 and Area 2). Additionally, there is a structured guide for equipment operators, emphasizing payments for different job classifications and their respective wage rates. The document accentuates worker protection policies and compliance with federal standards for labor on government projects, reflecting the government's commitment to fair labor practices.
Jan 24, 2025, 4:04 PM UTC
The document outlines the Subcontracting Plan required by the Bureau of Reclamation, as part of federal procurement regulations aimed at enhancing small business participation in government contracts. It specifies that the Offeror must submit a subcontracting plan detailing fourteen elements as outlined in the Federal Acquisition Regulation (FAR) 52.219-9. The plan must estimate total subcontracting dollar values, establish goals for small business utilization across various categories (such as Women-Owned and Veteran-Owned), describe methods for goal development and source identification, and ensure equitable opportunities for small businesses to compete. Additionally, it mandates record-keeping and compliance steps, including cooperation in government studies and submission of periodic reports. The document emphasizes the importance of utilizing small businesses for subcontracts, requiring firms to maintain records and report outcomes. The plan must be reviewed and approved by designated officials before implementation, reinforcing the government's commitment to support small business engagement in federal contracts.
Jan 24, 2025, 4:04 PM UTC
The file outlines the Past Performance Questionnaire for Offerors associated with Solicitation 140R2024R0015, intended to compile evaluations from clients where work has been performed not recorded in the Contractor Performance Assessment Reporting System (CPARS). It provides assessment criteria across five primary factors: Quality, Schedule, Cost Control, Small Business Subcontracting, and Regulatory Compliance. Each criterion includes a rating system from Exceptional to Unsatisfactory, allowing evaluators to mark performance levels and include supporting narratives. The document emphasizes the importance of thorough evaluation across these categories to gauge contractor effectiveness, adherence to timelines, cost management, commitment to small business participation, and compliance with relevant regulations. This detailed assessment aims to inform government RFP responses, ensuring a systematic approach to contractor evaluations for federal grants and projects.
Jan 24, 2025, 4:04 PM UTC
The document outlines the requirements for offerors submitting past performance data related to the B. F. Sisk Dam Safety of Dams (SOD) Modifications, Phase II. Offerors must identify and detail up to four relevant contracts they have executed in the past ten years, which should reflect scopes and complexities similar to the current solicitation. Each entry must include essential details such as contract numbers, project names, locations, client agencies, points of contact with their email and telephone information, the awarded period of performance, contract amounts, the percentage of work subcontracted, and contract type. Additionally, offerors need to confirm that Performance Past Questionnaires (PPQs) have been sent to the provided contacts, ensuring evaluation of their past work. This process is designed to evaluate contractors based on previous relevant project experiences to establish credibility and reliability in executing government contracts.
Jan 24, 2025, 4:04 PM UTC
The document outlines the requirements for submitting past performance information as part of the proposal for the B. F. Sisk Dam SOD Modifications, Phase II project. Offerors must detail up to three relevant contracts—past or current—within the last ten years that showcase similar scope and complexity to the solicitation. For each contract, information such as the contract number, project name, location, procuring agency, contact points, performance period, contract amount, subcontracting percentages, and contract type must be provided. Additionally, if the Past Performance Questionnaire (PPQ) is not sent to the provided points of contact, an explanation is required. Importantly, multiple entries related to a single award can be listed as long as they are presented clearly and distinctly. This attachment aims to facilitate the evaluation of offeror qualifications by highlighting their relevant experience and reliability in similar projects, a crucial element in government contracting and compliance with RFP requirements.
Jan 24, 2025, 4:04 PM UTC
The document outlines requirements for key personnel involved in Solicitation 140R2024R0015, detailing necessary qualifications and commitments for a project. Key personnel identified include Project Manager(s), blasting specialists, Earthwork Superintendents, and Concrete Structures Superintendents. The offeror must provide detailed resumes that highlight the individuals' education, experience, relevant certifications, and their roles in previous major contracts. Additionally, if any key personnel are to be subcontracted, a signed Letter of Commitment from all parties must be included. The proposal must also provide a list of alternate personnel to ensure project continuity if primary personnel become unavailable. This structure emphasizes the importance of qualified and committed personnel in fulfilling government contract requirements, showcasing the procurement process's focus on qualifications and reliability in project execution.
May 20, 2024, 9:03 PM UTC
The document outlines a construction project approximately 12 miles west of Los Banos, California, focused on creating shear keys and berms at various dam locations, alongside developing quarries and borrow areas for material sourcing. It encompasses general site management, material processing, earthwork, instrumentation, exterior improvements, utility coordination, and adherence to specification requirements. Key tasks include maintaining facilities, obtaining permits, environmental monitoring, and restoration of affected areas.
The Job Hazard Analysis (JHA) for the Bureau of Reclamation's industry day on June 14, 2024, at B.F. Sisk Dam outlines potential hazards during a construction site visit, such as vehicle-related dangers and risks associated with heavy equipment. Safety measures include using defensive driving techniques, maintaining a safe distance from machinery, and dressing appropriately for weather conditions. Emergency contacts and a sign-in sheet for attendees from various construction companies are also included.
Jun 17, 2024, 4:42 PM UTC
A virtual meeting regarding the B.F. Sisk Dam SOD Modifications, Phase II was held on June 13, 2024, with 63 participants in attendance for an average duration of 43 minutes. The meeting lasted for 1 hour and 10 minutes and involved various stakeholders, including government officials and external participants. Key participants included representatives from the Bureau of Reclamation and various external engineering firms.
Jun 17, 2024, 4:42 PM UTC
The B.F. Sisk Safety of Dams Modifications Industry Day, scheduled for June 13-14, 2024, will cover important project components, including geological considerations, modification features, and construction schedules for the dam and related infrastructure. The proposed Phase II modifications aim to enhance dam stability and address seismic hazards through careful construction of stability berms and shear keys at identified weak foundation areas. A focus on the development of several borrow areas for material procurement will be emphasized, alongside logistical challenges pertaining to material processing and environmental compliance.
May 24, 2024, 4:59 PM UTC
The U.S. Bureau of Reclamation will host a two-day industry event for the B.F. Sisk Dam (SOD) Modifications Phase II Project, aimed at briefing participants on project requirements and collecting industry feedback. The first day will feature a virtual presentation on June 13, 2024, followed by an onsite site visit on June 14, 2024, both of which require prior registration. Construction is estimated to last approximately 1,095 days, with costs projected between $200 million and $400 million, and this event is not a solicitation for proposals.
May 31, 2024, 10:31 PM UTC
The U.S. Bureau of Reclamation is hosting a two-day industry event for the B.F. Sisk Dam (SOD) Modifications Phase II Project, aimed at enhancing industry understanding and gathering feedback regarding project requirements. The event will include a virtual presentation on June 13, 2024, followed by an onsite visit on June 14, 2024, with a registration deadline of June 6, 2024. The estimated project construction duration is approximately 1,095 days, with costs between $200 million and $400 million.
Nov 6, 2024, 10:16 PM UTC
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.
Nov 6, 2024, 10:16 PM UTC
The Department of the Interior's Bureau of Reclamation is preparing to issue a Request for Proposal (RFP) for the B.F. Sisk Dam Safety of Dams Modifications, Phase II project. A virtual site visit is scheduled for December 3, 2024, and an onsite visit for December 4, 2024. The anticipated release of the RFP is on or about November 12, 2024, with proposal submissions due by January 13, 2025, and a projected award date of July 23, 2025. The project will require a performance period of approximately three years and will necessitate various liquidated damages clauses, bid, performance, and payment bonds. The estimated project cost ranges between $250 million and $500 million, and it includes key components such as constructing shear keys and berms, developing quarries for material sourcing, and installing drainage systems. The procurement is open to all responsible bidders, and the contract will be awarded based on the best value, considering both price and non-price factors. Interested contractors must be registered in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI). All RFP details will be available electronically via SAM.gov, with no hard copies issued. Inquiries about the acquisition should be directed to the Contract Specialist via email.
Jan 24, 2025, 4:04 PM UTC
The document is an amendment to the solicitation numbered 140R2024R0015 for the B. F. Sisk Dam SOD Modifications, Phase II project. This amendment serves to incorporate changes to the original solicitation documents and outlines the necessary procedures for acknowledging receipt of the amendment. Key revisions include an increase in the project duration from 1,095 days to 1,350 days, impacting Sections F and box 11 of Standard Form 1442. New attachments have also been added, detailing virtual and in-person site visit information scheduled for December 2024, as well as various documentation, such as a price schedule in Excel and CAD files. The document instructs contractors to acknowledge the amendment to ensure that their offers are considered valid. The amendment signifies the Bureau of Reclamation's efforts to update and clarify the solicitation process, maintaining communication with prospective contractors. Overall, this amendment is pivotal for the admin process and the project's execution timeline.
Jan 24, 2025, 4:04 PM UTC
The document is an amendment to solicitation number 140R2024R0015, related to the B. F. Sisk Dam SOD Modifications, Phase II project. Its primary purpose is to extend the proposal due date from January 13, 2025, at 12:00 PM PST to January 27, 2025, at 12:00 PM PST. The amendment outlines the necessary steps for contractors to acknowledge receipt of this amendment, which include submitting copies of the amendment or referencing it in offers. Additionally, the amendment emphasizes that failure to acknowledge the amendment prior to the specified date may result in the rejection of the offer. The document retains all other existing terms and conditions, reaffirming their unchanged status. This amendment is significant as it provides contractors with an extended timeframe to prepare and submit proposals, which could enhance competition and ultimately improve project outcomes.
Jan 24, 2025, 4:04 PM UTC
The document outlines an amendment to solicitation number 140R2024R0015 related to the "B. F. Sisk Dam SOD Modifications, Phase II" project. It addresses various changes to the solicitation documents that must be acknowledged by potential contractors. Key modifications include the incorporation of newly revised specifications and drawings, specifically amendments to multiple construction-related specifications such as water removal, earth material compaction, and excavation activities. Noteworthy updates entail the replacement of existing specifications with amended versions and the adjustment of numerous attachment documents relevant to project management and responsibility determinations. The amendment ensures clarity and accuracy in the solicitation process while emphasizing the importance of deadlines for acknowledgment of these changes. Overall, it reflects ongoing efforts to refine and adapt project requirements in compliance with federal guidelines, fostering effective procurement practices within the Bureau of Reclamation's Mid-Pacific Region.
Jan 24, 2025, 4:04 PM UTC
The document is an amendment to a solicitation regarding the B. F. Sisk Dam Safety of Dams (SOD) Modifications, Phase II. It outlines the requirements for offerors to acknowledge the receipt of this amendment prior to the specified deadline to avoid rejection of their proposals. Key updates include the incorporation of FAR 52.222-33 Alternate I into Sections L and J, with revisions aimed at enhancing clarity and compliance related to Project Labor Agreements (PLA). The proposal due date remains unchanged despite these modifications. Offerors must ensure that any changes to previously submitted offers are properly communicated, highlighting the importance of following submission protocols as mandated by federal guidelines. The amendment signifies the ongoing federal efforts to address infrastructure safety and regulatory compliance in dam management projects, requiring careful adherence to updated guidelines and procedures.
Jan 24, 2025, 4:04 PM UTC
This document serves as Amendment 0005 to Solicitation No. 140R2024R0015 for the B.F. Sisk Dam Safety of Dams (SOD) Modifications, Phase II project. The primary purpose of the amendment is to update the solicitation documents with various changes. Key updates include the replacement of specific construction specifications and engineering drawings, as well as modifications to attachment materials associated with the project. Notably, four engineering drawings are replaced with revised versions, and a section of the general decision number is updated to reflect changes in regulatory compliance. Importantly, despite these amendments, the proposal due date remains unchanged. Additionally, the amendment outlines the necessary procedures for acknowledging receipt of this document, emphasizing that acknowledgment must be submitted prior to the specified deadline to avoid rejection of offers. This amendment reflects ongoing administrative adjustments within the contracting process, ensuring that solicitation parameters are consistent and compliant with federal guidelines.
Jan 24, 2025, 4:04 PM UTC
The document primarily addresses an amendment related to the solicitation for the F. Sisk Dam SOD Modifications, Phase II. The main purpose of this amendment is to update the past performance data by including an additional project to ensure consistency with the evaluation criteria stated in the solicitation. Offers must acknowledge the receipt of this amendment to be considered valid and changes to existing offers can be submitted in writing as long as they reference the relevant solicitation and amendment information. The proposal due date remains unchanged, emphasizing adherence to the originally specified timeline. This amendment is important for potential contractors participating in the bidding process as it clarifies past performance expectations, reinforces compliance requirements, and maintains the integrity of the evaluation process within the framework of federal contracting standards. The document illustrates the procedural details necessary for participants in government RFPs, emphasizing the importance of accurate information and timely submissions in the contract modification process.
Jan 24, 2025, 4:04 PM UTC
The document is a solicitation issued by the Bureau of Reclamation for the B.F. Sisk Dam Safety of Dams (SOD) Modifications, Phase II project, located west of Los Banos, CA. It is an unrestricted procurement estimated to cost between $250 million and $500 million, categorized under NAICS 237990. The solicitation, dated November 12, 2024, requires bidders to submit sealed offers by a specified deadline and mandates performance and payment bonds. A site visit is encouraged prior to bidding, with inquiries directed to the Contract Specialist and Contracting Officer listed in the document. The project’s timeline from commencement is roughly 3 years, from June 2, 2025, to June 2, 2028. Bidders must comply with all specified requirements and clauses. The aim is to ensure safe structural modifications to the dam, highlighting the government’s commitment to maintaining infrastructure integrity and safety standards.
May 20, 2024, 9:03 PM UTC
The Department of the Interior's Bureau of Reclamation is conducting market research for a large construction project, B.F. Sisk Dam Modifications, Phase II, with an estimated cost of $200-$400 million. Interested businesses are invited to submit their information, demonstrating capability and experience, by June 3, 2024, but this notice is not a request for proposals and does not obligate the Bureau. The project will involve specific construction and environmental tasks and will be solicited under FAR Part 15, requiring 100% performance and payment bonds.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical geological and hydrological concerns identified in previous assessments. This project is vital for maintaining effective water management and flood control in the region, ensuring compliance with federal safety standards. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
Z--DK SHADEHILL REPLACE LADDERS PLATFORMS ELEC
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the replacement of ladders, platforms, and guardrails at the Shadehill Dam site in South Dakota. This project aims to enhance safety and compliance with relevant standards by disassembling existing access structures and installing new safety devices. The estimated cost for this construction work ranges from $250,000 to $500,000, with a performance period from May 14, 2024, to November 17, 2025. Interested contractors must submit their proposals by April 11, 2025, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
Keswick PP Asbestos Abatement and Floor Install
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for an asbestos abatement and floor installation project at the Keswick Powerplant in Redding, California. The project involves the removal of asbestos-containing materials and the installation of new flooring, with a total estimated cost ranging from $100,000 to $250,000, and is set aside for small businesses. This initiative is crucial for ensuring environmental safety and compliance with federal and state regulations regarding asbestos handling, emphasizing the importance of proper containment and qualified personnel. Interested contractors must submit their proposals by the specified deadline and are required to adhere to safety protocols and wage determinations as outlined in the solicitation documents. For further inquiries, potential bidders can contact Ronald Gamo at rgamo@usbr.gov or by phone at 916-978-4304.
Sacramento River Erosion (SRE) C5 Pioneer Bridge Levee Improvements
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the Sacramento River Erosion (SRE) C5 Pioneer Bridge Levee Improvements project, which aims to enhance levee stability and reduce erosion-related risks along a 1,000-foot stretch of the Sacramento River in California. The project involves design-bid-build construction services that include the installation of various erosion protection measures, such as graded stone and soil-rock mix, to safeguard the levee from potential breaches and improve habitat for local fisheries. This total small business set-aside opportunity emphasizes the importance of maintaining infrastructure resilience and environmental protection. Interested contractors can reach out to Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL or by phone at 916-557-5137 for further details, with the project updates available in the pre-proposal site visit sign-in sheet uploaded on April 3, 2025.
San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project in California. The project involves maintenance dredging to a depth of -35 feet, with specific requirements for the Sediment Trap area to be dredged to -38.5 feet, plus allowances for over-depth dredging. This maintenance work is crucial for ensuring navigability and environmental compliance in the waterways, with an estimated contract value between $5 million and $10 million. Interested bidders must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents, with bids due on or around May 15, 2025. For inquiries, contact Suntok McGuinness at suntok.mcguinness@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
Z--GAOA FINALE DAM RECONSTRUCTION
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the reconstruction of the Finale Dam located approximately 41.5 miles southwest of Glasgow, Montana. The project involves significant construction activities, including dewatering the reservoir, replacing existing outlet works, and reconstructing the dam embankment with both onsite and imported materials, as well as establishing a new auxiliary spillway. This initiative is crucial for enhancing infrastructure safety and environmental compliance, reflecting the government's commitment to maintaining and improving public works. Interested small businesses must submit their proposals electronically by 1:00 PM MDT on April 14, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Emmaline Padeken at epadeken@blm.gov or by phone at (406) 896-5365.
Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.
Demolition of Resident Office
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the demolition of the Sacramento Resident Office and associated structures located at 2194 Ascot Avenue, Rio Linda, California. The project entails the demolition of four designated structures, including three modular trailers and a gazebo, along with the removal of pavement and disconnection of utilities, followed by site restoration. This procurement is crucial for site management and facility enhancement, with a total project budget of approximately $19 million and a performance period of 120 calendar days post-award, scheduled from May 26, 2025, to September 23, 2025. Interested contractors should direct inquiries to Henry Barron at henry.d.barron@usace.army.mil by April 6, 2025, and are encouraged to attend a pre-contract site visit on April 10, 2025.