Replacement of Hydraulic System for Penstock #5
ID: 191BWC25B0003Type: Presolicitation
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DAMS (Y1KA)
Timeline
    Description

    The International Boundary and Water Commission (USIBWC) is soliciting proposals for the replacement of the hydraulic system for Penstock #5 at the Amistad Dam in Del Rio, Texas. The project aims to restore the functionality of a non-operational hydraulic system, requiring comprehensive site preparation, inspection, and the replacement of the hydraulic system, along with debris disposal and quality control testing. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in flood control and water conservation as per the 1944 Water Treaty between the U.S. and Mexico. Interested contractors must submit their bids by July 9, 2025, with an estimated project value between $1 million and $5 million. For further inquiries, contact Adrian Knights at adrian.knights@ibwc.gov or Seone Michael Jones at seone.jones@ibwc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    VIVA Environmental, Inc. conducted an asbestos and lead-based paint survey of ten buildings at the Amistad Dam facility for the United States Section of the International Boundary and Water Commission. Between September 13-17, 2004, samples were collected and analyzed to identify asbestos-containing materials (ACMs) and lead-based paint (LBP). The survey found several ACMs, including floor tiles, caulking, and joint compounds across various buildings. Notably, these materials contained more than 1% asbestos and require licensed abatement procedures when renovation or demolition occurs. The LBP survey revealed painted surfaces in several buildings, mainly external trims and ceilings, with lead concentrations exceeding regulatory thresholds mainly in non-residential structures. A lead management plan is recommended for identified LBP areas to minimize lead dust exposure. Additionally, composite sampling indicated non-hazardous waste classification for demolition debris from the laboratory building, facilitating waste management compliance. This report serves to guide health and safety measures regarding hazardous materials before any construction activities at the facility, ensuring adherence to federal and state regulations. Overall, VIVA's findings underscore the need for planned management and possible abatement of these hazardous materials to maintain safety and prevent exposure risks during future renovations or modifications of the facility.
    TRC Environmental Corporation conducted an Asbestos and Lead-Based Paint Survey at the Amistad Dam Facility in Texas for the U.S. International Boundary and Water Commission (IBWC). The assessment, performed in November 2013, aimed to identify and manage asbestos-containing materials (ACM) and lead-based paint (LBP) in various buildings on-site. The survey findings revealed positive results for ACM in several building materials, including vinyl floor tiles and window glazing, with some materials exceeding 1% asbestos content and categorized based on their condition. Additionally, lead-based paint was detected in specific components, surpassing regulatory limits. The report outlines detailed recommendations for handling damaged ACM and LBP, emphasizing safety protocols for abatement procedures. Overall, the assessment serves as a critical step in ensuring compliance with environmental regulations and protecting public health. The survey results will inform ongoing maintenance and construction activities at the facility, reinforcing the need for careful management of hazardous materials.
    The solicitation from the International Boundary and Water Commission (IBWC) outlines the technical requirements for the replacement of the hydraulic system of Penstock #5 at the Amistad Dam and Reservoir, located in Val Verde County, Texas. The document is structured into multiple sections, detailing procurement and contracting requirements, instructions to bidders, existing conditions, environmental considerations, and necessary permit applications. Key points highlight that bidders are responsible for understanding the site conditions and existing structures, as well as potential hazards like lead-based paint found in inspections. Environmental obligations include compliance with multiple federal acts, ranging from the Clean Air Act to the National Historic Preservation Act, emphasizing the importance of environmental protection and cultural resource preservation during the work process. The contractor is required to manage project data effectively, ensuring all forms and documents follow specified guidelines for submission. The document also stresses the need for a thorough understanding of technical specifications, site visits, and adherence to safety and quality control procedures. Overall, the solicitation illustrates the government's commitment to responsible environmental management and safety standards while investing in infrastructure improvements.
    The International Boundary and Water Commission (USIBWC) is seeking proposals for the replacement of the hydraulic system of Penstock #5 at the Amistad Dam and Reservoir in Val Verde County, Texas. This solicitation (191BWC25B0003) outlines the technical specifications, including sections on procurement and contracting requirements, bidder instructions, existing conditions, environmental considerations, and hazardous material information. Key components include a duty for bidders to inquire about discrepancies, the necessity to investigate site conditions, and the importance of adhering to environmental regulations related to construction. The document also details the existing condition of Penstock #5 based on previous inspections and provides directions regarding hazardous materials like lead paint and asbestos, emphasizing safety and regulatory compliance. The bidding process requires thorough completion of standard documents and forms, with a focus on preserving biological and cultural resources during construction activities. Ultimately, this project is essential for maintaining the operational integrity of the dam, which serves crucial functions such as flood control and water conservation in accordance with the 1944 Water Treaty between the U.S. and Mexico.
    The document outlines a solicitation for the replacement of Penstock #5 Hydraulic System at the Amistad Reservoir and Dam, managed by the International Boundary and Water Commission (IBWC). Issued on May 12, 2025, the contract, under solicitation number 191BWC25B0003, is a fixed-price agreement valued between $1 million and $5 million, requiring complete labor and materials for the project. A mandatory site visit is scheduled for June 4, 2025, with bids due by July 2, 2025. The contractor must secure performance and payment bonds and maintain liability insurance. There are specific requirements for small business participation, including goals for women-owned and veteran-owned businesses. The document details the timeline for project completion, alongside clauses for inspections, liquidated damages for delays, and stipulations for technical data submissions. The contract stresses accident prevention and defers utility responsibilities to the contractor. With a focus on safety and compliance, this acquisition exemplifies the federal commitment to infrastructure improvement while adhering to legal and environmental regulations.
    The document details an amendment to a government solicitation for the replacement of the hydraulic system for Penstock #5 at the Amistad Reservoir and Dam, issued by the International Boundary and Water Commission (IBWC). The amendment extends the solicitation timeline and includes prebid minutes. The project aims to replace a non-functional hydraulic irrigation gate system to restore its operational capability. Key details for contractors include requirements for a Nondisclosure Agreement, access limitations due to load ratings, safety protocols, and adherence to the Davis-Bacon Act for labor rates. The document also outlines the procedural steps for contractors to submit questions and bids, emphasizing formal written communications for clarifications. The project duration is established at 485 days post-notice to proceed, covering construction and closeout phases. The estimated bid deadline is set for July 2, 2025, with required pre-bid meetings and adherence to specific safety, inspection, and reporting standards. Overall, the amendment seeks to facilitate clear communication and compliance among all parties involved in the bidding process for this critical infrastructure project.
    The document is an amendment (number 0002) to the solicitation 191BWC25B0003 for the International Boundary and Water Commission (IBWC) regarding the Replacement of the Penstock Hydraulic System. Effective from May 12, 2025, this amendment addresses questions submitted by bidders, providing clarifications included in the Technical Specifications Section 00.91.16. It sets the stage for revised specifications dated June 24, 2025, and states that all prior terms remain in effect unless specified otherwise. The amendment emphasizes the necessity for bidders to acknowledge receipt by means of methods outlined in the document, with failure to do so potentially resulting in rejection of their offers. There are no financial changes currently stated, as all funding and cost components are noted as zero. This document indicates an ongoing procurement process aimed at improving the commission's operational capabilities through updated hydraulic systems.
    The document pertains to Amendment 0003 of the solicitation number 191BWC25B0003, issued by the International Boundary and Water Commission (IBWC). This amendment, effective May 12, 2025, serves to extend the bid due date for the project titled "Replacement of Penstock 5 Hydraulic System" to July 9, 2025, at 3 PM Mountain Time. It emphasizes the importance of acknowledging receipt of this amendment to ensure that offers are considered. Notably, while the amendment modifies the bid submission timeline, all other terms and conditions of the original solicitation remain unchanged and are still in effect. The document also includes sections for contractor information and administrative details but does not reflect any monetary changes to the solicitation at this time. The focused purpose of this amendment is to facilitate bidding process adjustments while maintaining a structured procurement process within federal grant and RFP frameworks. This underscores the importance of clarity and timelines in government contracting, particularly for potential bidders.
    The International Boundary & Water Commission (IBWC) outlines the minimum qualifications required for contractors bidding on a specific construction project. Contractors must confirm their eligibility by answering a series of questions related to their experience, with 'No' answers leading to disqualification. Key qualifications include a minimum of 5 years’ relevant experience, federal contract experience, hydraulic system installation, confined space work, crane operations, and maintaining a satisfactory business credit score (Dun & Bradstreet or Experian). Contractors must provide detailed backup information and financial reports to substantiate their claims, and if subcontractor experience is used, additional documentation is necessary. The contractor must commit to the specified subcontractor for the project. The document emphasizes the importance of accurate and verifiable responses and requires compliance with federal acquisition standards. Eligibility is contingent on providing the required information and supporting evidence by set deadlines, showcasing the rigorous standards for qualifications in federal contracting processes.
    The International Boundary & Water Commission (IBWC) outlines the minimum qualifications required for participants in a joint venture bidding on specific government projects. All participants must complete the IBWC Form 245A, which assesses both general and technical qualifications. Key requirements include a minimum of five years of experience on relevant construction projects and a satisfactory credit score from Dun & Bradstreet or Experian. At least one member of the joint venture must meet all technical qualifications, which include experience with federal contracts, installing hydraulic systems for dams, and aspects of safety such as confined space work and crane operations. The document also mandates the submission of organizational details showing how responsibilities are shared among the venture participants. Non-compliance with these requisites may render a joint venture ineligible to bid, emphasizing the critical nature of adhering to these standards within the context of government contracts and solicitations.
    The IBWC Form 245B outlines the minimum qualifications and required backup information for contractors bidding on projects managed by the International Boundary and Water Commission (IBWC). Key sections include the contractor's name, project details, contracting agency, contract specifics (number, amount, start and end dates), and contact information for the contracting officer. Contractors are also required to provide a description of the work performed, quantities involved, and any complexities faced during the project. This information aids in assessing whether the contractor's experience is comparable in scope and complexity to the project solicitation. The form emphasizes the importance of detailed individual contributions rather than general project overviews, ensuring that submissions are relevant and pertinent to the qualification evaluation process. The instructions direct contractors to adhere to specific NAICS codes and underscore that generalities will be considered insufficient for consideration. Related forms for various qualifications are also mentioned, including those for partnerships and multiple contractors.
    The document outlines the "Minimum Qualifications for Award Performance of Construction Work by Contractor" for the International Boundary and Water Commission (IBWC). Its primary purpose is to provide a structured form for contractors bidding on solicitations to report the percent of work they will self-perform, in accordance with FAR 52.236-1. Key components include entry fields for contractor and solicitation details, breakdown of costs such as design, survey, and inspection, and calculations related to total construction and self-performed work. Defining "Self-Performance of Work," it specifies what constitutes qualifying work, including mobilization of equipment and labor by the contractor’s employees while excluding indirect costs like profit or general and administrative overhead. The form ensures clarity in reporting by requiring accurate and comprehensive data, ultimately aimed at assessing contractor capabilities and qualifications. The inclusion of related forms also aids in maintaining consistency across submissions. This document emphasizes the importance of transparency and accuracy in federal construction bidding processes, ensuring compliance with regulatory standards.
    The International Boundary and Water Commission (IBWC) Nondisclosure Agreement (NDAs) outlines the terms for granting conditional access to Sensitive But Unclassified (SBU) information for contractors involved in US Government projects. It details the responsibilities of individuals or entities seeking access, including the requirement to protect SBU data from unauthorized use or disclosure. Key sections stipulate that individuals must obtain prior written approval from the USIBWC for any disclosures, keep an accurate list of those who access SBU information, and adhere to specific protocols for the creation, storage, and destruction of such data. The agreement emphasizes that violation of its terms may result in penalties, including potential criminal charges and the cancellation of access privileges. It also clarifies that these obligations persist indefinitely until a written release is obtained. This agreement is significant in the context of government RFPs, federal grants, and state/local RFPs, ensuring that sensitive information remains secure while contractors perform their duties. Ultimately, the document reinforces the importance of safeguarding national interests connected to federal programs.
    The document outlines the release of a Prime Contractor from a Nondisclosure Agreement (NDA) with the International Boundary and Water Commission (IBWC). It includes a certification of destruction of Sensitive But Unclassified (SBU) information associated with a specified contract. The Prime Contractor must ensure that all associated subcontractors and suppliers/vendors have also destroyed all SBU data, preventing any possibility of its reconstruction unless written permission to retain such data has been obtained from the USIBWC. The form requires signatures from both the releasing representative and the person certifying data destruction, along with additional details about the company. This process ensures compliance with information security protocols essential in government contracts and grants, reflecting the importance of data protection and confidentiality in federal and state procurement processes.
    The IBWC Form 110 (ACQ) serves to certify the authority of an individual signing bids or offers in the context of procurements from the United States Section of the International Boundary and Water Commission (IBWC). The document requires the signer to attest that they hold a specific title within the corporation submitting the bid and that the individual who signed the offer is duly authorized to do so. It also mandates the inclusion of key details such as the corporation's name, the date of the bid, and the solicitation number. This certification confirms that the bid has been executed within the corporation's governance framework and adheres to its operational authority. Overall, this form underpins the legal and corporate accountability involved in governmental contracting processes, ensuring transparency and conformity with regulations pertinent to federal and state/local procurement solicitations.
    The IBWC Form 116 (ACQ) serves as a standardized document for bidders involved in government contracting related to equipment provision. It requires bidders to specify essential details about the equipment they intend to use for project execution, including the equipment's year, make, model, quantity, and specific usage or purpose. This structure aids in evaluating proposals by ensuring that all bidders present comparable information, facilitating a fair assessment of their capabilities. The form is indicative of the procedural requirements within federal Request for Proposals (RFPs) and grants, ensuring compliance and clarity in submissions. Overall, it underscores the importance of detailed equipment disclosure in government contracting processes.
    The document is an attendance certification form used in the bidding process for government contracts. It confirms whether an individual or their representative attended a pre-bid conference or site inspection as specified in the associated request for proposals (RFP) documentation. The form requires the signature of the attending party, along with their title and company name, and is to be filled out on a specified date. This certification is vital for verifying participation and adherence to procurement processes, ensuring that bidders are informed and engaged with the project's requirements. The form underscores the importance of transparency and communication in the competitive bidding process within federal and state contracts.
    The United States Section of the International Boundary and Water Commission (USIBWC) is initiating an Invitation for Bids (IFB) for the replacement of the hydraulic system for Penstock #5 at Amistad Dam, which has been non-functional for several years. The project involves site preparation, system inspection, hydraulic system replacement, debris disposal, quality control testing, and possibly manufacturing a new penstock bulkhead. Key constraints include specific working hours, the need for a certified crane operator for the bulkhead relocation, and restrictions on site access through a port of entry with stringent documentation requirements. The project's estimated value ranges from $1,000,000 to $5,000,000 under NAICS Code 237990. The timeline for completion is set at 485 calendar days, of which 365 days are allocated for construction, followed by 120 days for contract closeout. The Solicitation is expected to be posted on or around April 4, 2025, and will remain open for at least 30 days. This presolicitation notice invites responsible sources to submit bids for consideration by the USIBWC.
    The document outlines Request for Proposals (RFP) 191BWC25B0003 for the replacement of Amistad Penstock #5 Hydraulic System by the International Boundary and Water Commission (IBWC). Interested contractors must complete an IBWC Form 358 Nondisclosure Agreement to gain access to sensitive project documents related to the penstock, which include trip reports, specifications, operational manuals, and structural analysis reports. Access is limited to a maximum of two email addresses per contractor, and unsuccessful bidders are required to submit a release form within seven days of notification. The referenced documents contain critical specifications and historical information necessary for participation in the bid process. The structured approach reinforces the importance of confidentiality in government contracting and outlines procedural requirements for engaging in the project.
    The document outlines the General Decision Number TX20250090, which establishes wage rates for heavy construction projects subject to the Davis-Bacon Act in specific Texas counties. It specifies applicable minimum wage rates dictated by Executive Orders 14026 and 13658, with rates of at least $17.75 and $13.30 respectively, based on contract award dates and conditions. It details classifications for various trades, such as cement masons and laborers, along with their corresponding wage rates. The document also notes that contractors are required to adhere to these wage standards and must submit conformance requests for any classifications not listed. Additional provisions on paid sick leave for federal contractors under Executive Order 13706 are summarized, indicating employee entitlements. The appeals process for wage determination disputes is outlined, providing contact details for relevant divisions within the U.S. Department of Labor. The overall purpose is to ensure compliance with wage standards and worker protection measures in federally funded construction contracts, reinforcing the government's commitment to fair labor practices.
    Lifecycle
    Similar Opportunities
    Operation & Maintenance of the South Bay Wastewater Treatment Plant
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking contractors for the operation and maintenance (O&M) of the South Bay International Wastewater Treatment Plant (SBIWTP) located in San Diego, California. The contract encompasses full-service O&M, including management of the plant's operations, maintenance of its facilities, and compliance with environmental regulations, particularly during the ongoing expansion of the plant's capacity from 25 million gallons per day (MGD) to 35 MGD, with future plans to reach 60 MGD. This project is critical for managing wastewater from Tijuana, Mexico, and ensuring compliance with the National Pollutant Discharge Elimination System (NPDES) permit requirements. Interested parties must submit proposals by January 16, 2026, with further inquiries directed to Philip Johnson at philip.johnson@ibwc.gov or Seone Michael Jones at seone.jones@ibwc.gov.
    Janitorial Services
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is soliciting proposals for janitorial services at the Falcon Dam Power Plant located in Falcon Heights, Texas. The contractor will be responsible for providing cleaning services twice a week, covering approximately 3,500 square feet, including various operational and restroom areas, from September 30, 2025, to October 1, 2030. This procurement is crucial for maintaining a clean and safe working environment at the facility, with the contract awarded to the lowest price, technically acceptable offeror. Interested bidders must submit their quotes via email by 3:00 PM MST on the specified due date, and all inquiries should be directed in writing to Adrian Knights at adrian.knights@ibwc.gov.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    USIBWC SCADA Lifecycle Support
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    GIWW CORPUS CHRISTI BAY TO PORT ISABEL W/ CHANNEL TO HARLINGEN, PIPELINE DREDGING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Galveston District, is soliciting bids for an unrestricted procurement related to pipeline dredging along the Gulf Intracoastal Waterway from Corpus Christi Bay to Port Isabel, including a channel to Harlingen, Texas. This project encompasses dredging activities across Nueces, Kleberg, Kenedy, Willacy, and Cameron counties, aimed at maintaining and enhancing the navigability of the waterway. The successful contractor will play a crucial role in ensuring the operational efficiency of this vital transportation route. Interested parties can reach out to Danelle Tate at DANELLE.M.TATE@USACE.ARMY.MIL or by phone at 409-766-3116, or Curtis Cole Jr. at curtis.cole@usace.army.mil or 409-682-7518 for further details.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.