DK SHADEHILL REPLACE LADDERS PLATFORMS ELEC
ID: 140R6025R0002Type: Solicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    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.
    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.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.