S--MTAO BEAVERHEAD COUNTY LAW ENFORCEMENT AGREEMENT
ID: 140R6025Q0031Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:30 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, intends to award a sole source contract for Law Enforcement and Surveillance Patrol Services at the Clark Canyon Reservoir and Barretts Park in Montana. The contractor, identified as the Beaverhead County Sheriff's Department, will be responsible for enforcing state and local laws within the designated areas throughout the year, as they are the only entity with full arrest authority in Beaverhead County capable of meeting the required security and surveillance services. This contract will have a base period of 12 months, with the potential for four additional 12-month option periods and a 6-month extension, with a Request for Quote (RFQ) anticipated to be issued around April 18, 2025. Interested vendors must submit a Letter of Interest by April 15, 2025, and all inquiries should be directed to Contracting Officer Michael Hirsch at mhirsch@usbr.gov.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The Bureau of Reclamation's Missouri Basin Regional Office plans to award a sole source contract for Law Enforcement and Surveillance Patrol Services at the Clark Canyon Reservoir and Barretts Park in Montana. The contract aims to enforce state and local laws and will be awarded to the Beaverhead County Sheriff's Department, identified as the sole entity capable of meeting the required security and surveillance services. A Request for Quote (RFQ) will be issued around April 18, 2025, with a contract period lasting 12 months, potentially extending for up to 66 months. Vendors interested in submitting their qualifications or questions regarding the sole source nature are encouraged to contact the Contracting Officer by April 15, 2025. The awarded contractor must be registered in the System for Award Management (SAM) to bid on government contracts, and invoices will be processed through the Department of Treasury's Internet Platform (IPP). This action is consistent with Reclamation's authority to use local law enforcement for security measures.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
S--Trash Pick-up and Disposal Services for LCRO
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office (LCRO), is seeking to procure trash pick-up and disposal services through a non-competitive sole source solicitation. The requirement is for recurring trash collection and disposal services at the LCRO, with Boulder Disposal Inc. identified as the only known provider capable of fulfilling these needs. This contract will be structured as a Firm-Fixed Price Purchase Order, covering a base year with the option for four additional years, with an anticipated award date in May 2025 and service commencement in July 2025. Interested parties are encouraged to submit capability statements or proposals by April 28, 2025, at 4:00 PM local time, and may direct inquiries to Ms. Angela Craig at adcraig@usbr.gov.
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.
CUSTER GALLATIN NATIONAL FOREST - West Fork Beaver Creek Trail #222 Flood Repair
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Custer Gallatin National Forest project, which involves flood repair on the West Fork Beaver Creek Trail 222 in Montana. The project requires the hand construction of approximately 560 feet of a new 72-inch wide full bench stock trail through two washed-out avalanche ravines, necessitating extensive drilling and blasting in challenging terrain. This construction is vital for maintaining access and safety within a non-motorized wilderness area, with an estimated project value between $250,000 and $500,000. Interested parties should note that the solicitation is expected to be posted on SAM.gov around May 8, 2025, and can contact Alisha Knaub at alisha.knaub@usda.gov or 406-438-2981 for further information.
BFSU Utility - Water and Sewer Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
Y--GAOA COVE BOAT RAMP AND SHORELINE STABILIZATION
Buyer not available
The Department of the Interior, through the Bureau of Land Management (BLM), is seeking qualified small businesses to undertake the GAOA Cove Boat Ramp and Shoreline Stabilization project in Owyhee County, Idaho. The project involves completing repairs and upgrades to the Cove Recreation Site near CJ Strike Reservoir, with an estimated construction budget ranging from $250,000 to $500,000. This initiative is part of the BLM's commitment to enhancing recreational facilities while adhering to federal contracting regulations. Interested bidders must register for a Unique Entity ID and maintain an active System for Award Management (SAM) profile, with a Request for Proposal (RFP) expected to be released around May 12, 2025, and proposals due approximately 30 days thereafter. For further inquiries, potential bidders can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.
F--Jordan River Weed Control
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for Integrated Vegetation Management and weed control services along the Jordan River. The primary objective is to manage approximately 180 acres to combat invasive plant species while ensuring minimal harm to desirable vegetation, with a focus on mechanical treatment methods and compliance with federal regulations. This initiative is crucial for enhancing natural resource management and environmental conservation efforts in the region. Proposals are due by April 17, 2025, with services expected to commence on May 5, 2025, and conclude by December 31, 2025. Interested vendors can contact Aubrielle Watson at AWatson@usbr.gov or by phone at 801-524-3832 for further information.
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--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.