Z--DK SHADEHILL REPLACE LADDERS PLATFORMS ELEC
ID: 140R6025R0002Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
  1. 1
    Posted Dec 12, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 12, 2024, 12:00 AM UTC
  3. 3
    Due Jan 7, 2025, 12:00 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Dec 12, 2024, 7:05 PM UTC
The Bureau of Reclamation’s Missouri Basin Regional Office is preparing to issue a Request for Proposal (RFP) for the replacement of ladders, platforms, and guardrails at Shadehill Dam, located approximately 15 miles south of Lemmon, South Dakota. This pre-solicitation notice indicates the intended RFP release by February 14, 2025, with a performance period from April 14, 2025, to October 14, 2025. The project involves disassembling and replacing safety structures and installing new safety devices. The work hours are scheduled from 7:00 AM to 6:00 PM, Monday through Friday, excluding federal holidays. This RFP will be reserved for small businesses. Interested contractors must be registered in the System for Award Management (SAM) by the proposal submission date, which is essential for federal contracting. Payment requests will need to be submitted through the U.S. Department of the Treasury’s Internet Payment Platform (IPP). This notice does not authorize vendors to incur costs on behalf of the Government and serves as a preliminary notice rather than an official solicitation.
Dec 12, 2024, 7:05 PM UTC
The U.S. Department of the Interior's Bureau of Reclamation issued a solicitation for the replacement of ladders, platforms, and guardrails at Shadehill Dam in South Dakota, part of the Pick-Sloan Missouri Basin Program. The project, located near Lemmon, South Dakota, focuses on disassembling and replacing safety equipment used to access the dam's radial gate structure and installing safety devices on existing access points. A pre-bid site visit will be arranged for interested bidders who must adhere to specific safety gear requirements during the visit. The contract includes defined price schedules for mobilization, removal of existing structures, installation of new metalwork, and the establishment of a fall restraint cable system, all subject to compliance with safety and health standards as specified by the Bureau. The project emphasizes environmental considerations and operational guidelines, including water management and coordination with ongoing reservoir operations. The document details extensive submission requirements related to safety, quality control, and overall project management expectations, ensuring compliance with federal regulations throughout the contracting process.
Mar 28, 2025, 6:04 PM UTC
The document pertains to Solicitation No. 140R6025R0002, which focuses on the replacement of ladders, platforms, and guardrails at the DK Shadehill site. A site visit is scheduled for March 18, 2025, to evaluate the project scope. The document lists attendees from various construction companies, including All Metal Manufacturing, Lillard and Clark, Complete Construction, RCQC Construction, and RJS Construction, along with their representatives and contact emails. The purpose of the solicitation is to gather proposals from qualified contractors to carry out the specified construction upgrades, ensuring safety and compliance with relevant standards. By facilitating this process, the government seeks to enhance the facility's infrastructure while promoting competitive bidding among interested parties.
Mar 28, 2025, 6:04 PM UTC
The U.S. Department of the Interior's Bureau of Reclamation has issued Solicitation No. 140R6025R0002 for the Shadehill Dam project, which involves replacing platforms, guardrails, and ladders at the dam located in South Dakota. The contract will require contractors to disassemble and replace existing access structures and to install new safety devices. A pre-bid site visit is scheduled for March 18, 2025, to review the work area. The project is anticipated to cost between $250,000 and $500,000, following federal acquisition regulations, and is classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, with a small business size standard of $45 million. The project duration is expected to last 187 days, commencing within ten days of contract award. Contractors must be registered in the System for Award Management (SAM) and submit payment requests electronically through the U.S. Department of Treasury’s Invoice Processing Platform. Safety protocols and compliance with Bureau of Reclamation safety standards are essential throughout the project. The excellent management of contract documents and adherence to reporting schedules will support the successful completion of the work, ensuring safety and regulatory compliance are prioritized.
Nov 8, 2024, 6:23 PM UTC
The U.S. Department of the Interior's Bureau of Reclamation is soliciting bids for the replacement of platforms, guardrails, and ladders at Shadehill Dam in South Dakota. The project involves disassembling existing structures and installing new safety devices to enhance access to the radial gate structure and slide gate. A pre-bid site visit is scheduled for interested bidders, emphasizing the need for safety equipment during the visit. The solicitation includes a comprehensive price schedule, detailing Contract Line Item Numbers (CLIN) for mobilization, removal, metal installation, and fall restraint systems, to be submitted as a lump sum. The solicitation outlines the general requirements, existing conditions, and specifies environmental controls, safety protocols, and project documentation procedures essential for compliance during construction. Contractors must manage their worksite responsibly, ensuring protection of adjacent land and facilities and coordinating with the Bureau of Reclamation’s reservoir operations to prevent disruption. A structured submission process for various project-related documents, including safety data and construction schedules, is detailed to ensure compliance and efficient project management. This initiative reflects the federal government's commitment to maintaining critical infrastructure safety while promoting effective construction practices.
Mar 28, 2025, 6:04 PM UTC
The government solicitation outlines various requirements and clarifications pertaining to an upcoming project proposal. Key points include the need for a pre-qualification letter from a surety, with the correction that the required bond amount is only the project cost. The Government will independently access Contractor Performance Assessment Reports (CPARs) for past performance evaluation, negating the need for submission with proposals. Required submissions include a bid guarantee and assurance that various project plans must acquire professional engineering approvals, but it is confirmed that engineers do not need to be licensed in South Dakota. The necessity for using specific contract document management systems is emphasized, with Microsoft Teams indicated as inadequate. Clarifications also addressed expectations regarding site security background checks and the lack of requirement for contractor inspections of government-furnished property. Additionally, there is an assurance that no electrical work is needed under the contract, and onsite training for utilizing fall restraint systems will be the contractor's responsibility. The document serves as a comprehensive guide for contractors to hone their proposals, ensuring all requirements and expectations are clearly delineated for adherence and compliance.
Mar 28, 2025, 6:04 PM UTC
The document outlines an amendment regarding the solicitation 140R6025R0002, related to the project titled "DK Shadehill Replace Ladders, Platforms, Guardrails," with a projected budget of $250,000 to $500,000. It emphasizes the necessity for contractors to acknowledge receipt of this amendment by specified methods, which are crucial for their offers to be considered valid. This solicitation is categorized under the North American Industry Classification System (NAICS) code 237990, which pertains to Other Heavy and Civil Engineering Construction, and the small business size standard is set at $45 million. The project will follow Full and Open Competition solicitation procedures, ensuring equitable bidding. The contract details include necessary modifications addressed in Item 14, indicating that while the amendment alters some terms, the overarching terms and conditions remain unchanged. The document concludes with statutory compliance details for the contractor, including taxpayer identification and entity codes required for the bidding process. Overall, this amendment plays a critical role in maintaining transparency and compliance within government contracting processes.
Mar 28, 2025, 6:04 PM UTC
The document pertains to an amendment of a solicitation for a construction project involving the replacement of ladders, platforms, and guardrails at Shadehill. The project is estimated to cost between $250,000 and $500,000, classified under the North American Industry Classification System (NAICS) code 237990, which covers Other Heavy and Civil Engineering Construction. This solicitation follows procedures for Full and Open Competition. Contractors must acknowledge receipt of this amendment before submission; failure to do so may lead to the rejection of their offer. Modifications to existing offers are permitted, provided they are communicated properly. The amendment serves to clarify and modify terms related to the contract, including administrative changes and project specifications. The contracting officer's signature confirms the amendment, and the document emphasizes that all prior terms remain unchanged unless stated otherwise. This amendment highlights the systematic approach of government RFPs, ensuring that contractors are well-informed and capable of fulfilling construction needs while adhering to regulatory frameworks.
Mar 28, 2025, 6:04 PM UTC
The document outlines a solicitation for construction work titled "Shadehill Replace Ladders, Platforms, Guardrails," issued by the Bureau of Reclamation's Missouri Basin Regional Office. The solicitation is categorized under a sealed bid (IFB) format and invites proposals for repair or alteration of dams, with an estimated project cost ranging from $250,000 to $500,000. The performance period is set from May 14, 2024, to November 17, 2025, with a requirement for offers to be submitted by the due date specified in the document. Additional guidelines include the necessity of performance and payment bonds for contractors, with the solicitation procedures allowing for open competition. The document specifies the relevant North American Industry Classification System (NAICS) code and the associated small business size standard. Moreover, it emphasizes compliance with governmental contracting regulations, ensuring that accepted bids fulfill all outlined requirements strictly. The final award process by the government will formalize the contract between the successful offeror and the government, incorporating all relevant solicitation clauses and terms.
The document pertains to an amendment (No. 0002) of solicitation number 140R6025R0002 issued by the Bureau of Reclamation for construction work at Shadehill Dam, specifically replacing ladders, platforms, and guardrails. The project's estimated cost ranges from $250,000 to $500,000, and it is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. This amendment involves significant revisions to several sections of the original solicitation, reiterating that the deadline for proposal submission remains unchanged at April 11, 2025. The document details requirements for hazardous material removal and disposal, emphasizing compliance with safety standards and regulations regarding coatings containing heavy metals. Moreover, it outlines proposal submission acknowledgment protocols, contract clauses, and specific contractor responsibilities including preparing a waste management strategy and adhering to Federal, State, and local laws. The purpose of this amendment is to clarify regulations and ensure safety in hazardous material handling during the project's execution, reflecting the government’s commitment to transparency and environmental protection in contracting processes.
The Bureau of Reclamation has issued a Sources Sought Announcement regarding the Shadehill Platforms, Ladders, and Guardrail Replacement Project located in South Dakota. This notice is intended for market research and does not solicit proposals or guarantee contract awards. The project entails disassembling and replacing safety platforms, guardrails, and ladders associated with the gate shaft at Shadehill Dam, with an anticipated construction period from April 14 to October 14, 2025. The announcement specifically seeks participation from 8(a) and small businesses, including those owned by women, veterans, and situated in HUBZone areas, emphasizing the necessity of specialized expertise for this project. The project falls under the NAICS Code 237990, with an estimated cost between $250,000 and $500,000. Businesses interested in contributing must submit capability statements to the designated Contracting Officer by November 29, 2024. The Bureau of Reclamation clarifies that there is no reimbursement for responding to this notice, and it may choose not to initiate further competitive actions based on the responses received.
Lifecycle
Title
Type
Solicitation
Presolicitation
Special Notice
Similar Opportunities
Z--Repair Bow Creek Fence
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the Repair Bow Creek Fence project at the Missouri National Recreational River in Yankton, South Dakota. The project involves the removal of damaged vegetation, repair of existing fencing, and installation of new treated wood posts and H-braces to secure the park's boundaries and manage cattle access. This initiative is crucial for maintaining the integrity of park infrastructure and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by May 8, 2025, at 12 PM ET, and can contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further information.
LMDT MAIN VEHICLE ACCESS GATE REPLACEMENT
Buyer not available
The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. The project involves installing a new remotely operated vertical pivot gate, which includes the removal of the existing gate and the installation of new components such as vehicle sensors and access controls, all while ensuring compliance with safety standards and maintaining a safe distance from nearby power lines. This procurement is critical for enhancing infrastructure safety and security, with an estimated contract value between $100,000 and $250,000. Interested contractors must attend a site visit on April 9-10, 2025, submit questions by April 22, 2025, and provide proposals by April 30, 2025, with a project completion timeframe of 120 calendar days post-award. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.
Z--K12 Drop-Arm Road Barriers at Davis Dam
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the installation and commissioning of K12 Drop-Arm Road Barriers at Davis Dam, located on the Nevada/Arizona border. This project involves the installation of four new active drop-arm beam barricades, including the demolition of existing traffic barricades and restoration of roadway surfaces, with a performance period of 200 calendar days post-award. The anticipated contract type is firm-fixed price, with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must submit their capability statements by May 9, 2025, to Max Watanga at mwatanga@usbr.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Z--MORUREPLACE SECURITY GATES
Buyer not available
The Department of the Interior, through the National Park Service, is seeking vendors for a project to replace security gates at Mount Rushmore National Memorial in South Dakota. The project involves the demolition and removal of two existing gates and the installation of new gates that will utilize existing infrastructure, including wiring and controls, with enhancements such as a heated cabinet and a timer for operational efficiency. This initiative is crucial for maintaining security at a significant national landmark, and the estimated budget for the project ranges from $100,000 to $250,000, with a completion timeline of 90 days post-Notice to Proceed. Interested firms must submit their capabilities, including bonding capacity and relevant certifications, by May 2, 2025, and can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510 for further information.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to safety regulations and environmental guidelines. This initiative is part of the government's commitment to enhancing residential facilities for employees at wildlife refuges, with a total budget estimated between $10,000 and $25,000. Interested small businesses must submit their proposals by the specified deadline and can contact Nicole Johnson at nicolecjohnson@fws.gov or 571-547-3470 for further information.
Oahe Powerhouse Heat Pump Replacement
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is preparing to issue an Invitation for Bid (IFB) for the "Oahe Powerhouse Heat Pump Replacement" project in Pierre, South Dakota. This project entails the demolition and replacement of HVAC equipment, including two 180-ton Trane rotary screw compressor water source heat pumps, along with associated piping and valves, while ensuring that one heat pump remains operational throughout the construction period. The estimated construction cost ranges from $1,000,000 to $5,000,000, and interested contractors must register in the System for Award Management (SAM) to access solicitation documents. The solicitation is expected to be released around May 15, 2025, with a closing date of June 16, 2025; inquiries should be directed to Contract Specialist Margarette Wolfe at Margarette.E.Wolfe@usace.army.mil.
SD - DC BOOTH HNFH - INSTALLATION OF ARCHIVE ROLLI
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the installation of high-density mobile archive rolling shelves at the DC Booth Historic National Fish Hatchery in Spearfish, South Dakota. The project aims to enhance the storage capabilities of the National Fish and Aquatic Conservation Archives (NFACA) by implementing a rail-mounted system that complies with federal archival standards, ensuring safe access and efficient use of space for over 1.9 million archival records and 14,000 artifacts. This solicitation is a total small business set-aside, with a firm-fixed price contract expected to be awarded by June 30, 2025, and requires interested bidders to conduct a site visit, submit detailed proposals by April 25, 2025, and contact Khalilah Brown at khalilahbrown@fws.gov for further inquiries.
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 bids 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 issues identified in previous assessments, including internal erosion and geological stability concerns. This project is significant for maintaining infrastructure resilience and ensuring compliance with federal safety regulations, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors must submit their proposals electronically by April 18, 2025, and can direct inquiries to Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.