Z--Medicine Creek Dam Concrete Repair of damaged spillway concrete and Access Impr
ID: 140R6024R0020Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Medicine Creek Dam Concrete Repair and Access Improvement project located in Cambridge, Nebraska. This project aims to repair concrete damage in the spillway chute and outlet works, construct a new access road, and enhance the structural integrity of the dam, with an estimated contract value between $5 million and $10 million. The initiative is crucial for maintaining flood control structures, ensuring public safety, and supporting environmental stability. Interested small businesses must submit their proposals by September 20, 2024, and can contact Kent Munro at KMunro@usbr.gov or 801-721-3918 for further information.

    Point(s) of Contact
    Munro, Kent
    (801) 503-9572
    (801) 524-5499
    KMunro@usbr.gov
    Files
    Title
    Posted
    The document outlines Amendment No. 0001 to Solicitation No. 140R6024R0020, issued by the Bureau of Reclamation's Great Plains Region. The amendment modifies contract details and updates provisions regarding a mandatory organized pre-proposal site visit. Scheduled for August 13, 2024, at Medicine Creek Dam Shop, this visit is essential for prospective offerors, as it allows them to inspect the work site and raise questions. Additionally, the amendment extends the deadline for industry inquiries to August 15, 2024, with government responses due by August 22, 2024. The amendment also emphasizes that all offerors must acknowledge receipt of this amendment, and it outlines specific procedures for doing so. The period of performance for the contract is set from November 20, 2024, to March 20, 2026. Overall, this document serves to ensure compliance and clarity regarding the solicitation process and the importance of site inspections for contractors.
    This government document serves as Amendment No. 0002 to solicitation number 140R6024R0020, issued by the Bureau of Reclamation's Great Plains Region. The primary purpose of the amendment is to extend the due dates for both industry questions and proposal submissions. The proposal submission date is now extended from September 3, 2024, to September 13, 2024, allowing more time for potential contractors to prepare their submissions. Additionally, the deadline for submitting questions has been moved to August 26, 2024, with the Government committing to respond by August 30, 2024. An organized pre-proposal on-site visit is scheduled for August 13, 2024, at the Medicine Creek Dam Shop in Cambridge, NE, where prospective offerors are strongly encouraged to attend. The amendment underscores the importance of site inspections and includes necessary information on how to acknowledge the amendment in proposals. All amendments must be acknowledged within the proposal submission to ensure compliance. Overall, this document facilitates greater clarity and participation in the solicitation process, promoting industry engagement and ensuring timely responses.
    This document is an amendment to a solicitation related to a federal government contract, identified by solicitation number 140R6024R0020. The principal purpose of this amendment is to extend the proposal submission deadline from September 13, 2024, to September 20, 2024. It also notifies interested bidders of a forthcoming amendment due for release by September 16, 2024, which will address recent material issues concerning updated drawings and provide clarification on questions raised by bidders. The period of performance for the contract is established from November 20, 2024, to March 19, 2027. The document outlines necessary procedures for acknowledging receipt of this amendment, either by signature on submitted offers or by electronic correspondence. It emphasizes the importance of timely submission and communication to avoid rejection of offers. This amendment serves as a vital communication tool to ensure all potential contractors are informed of critical updates and deadlines pertinent to the solicitation process.
    The document outlines Amendment No. 0006 to Solicitation No. 140R6024R0020, focused on the Medicine Creek Dam Concrete Repair and Access Improvement project. The amendment serves multiple purposes, including addressing additional questions from potential bidders, updating price schedule quantities for specific contract line items, and replacing nine drawings related to the project specifications. The period of performance is stated as from November 20, 2024, to March 19, 2027. Key updates include modifications to Section B concerning supplies and services, reflecting changes in estimated quantities for work items. Section J identifies revisions in attachments, particularly in Print-Ready Drawings with essential details for design. The proposal due date remains unchanged at September 20, 2024. Bidders must acknowledge receipt of the amendment according to specified methods to ensure their proposals are accepted. Overall, this amendment aims to facilitate the bidding process, ensure clarity in project requirements, and support compliance with procurement regulations.
    The U.S. Department of the Interior's Bureau of Reclamation has issued a Request for Proposal (RFP) for concrete repair and access improvement at Medicine Creek Dam, located in Frontier County, Nebraska. The project encompasses constructing a new access road, repairing concrete damage in the spillway chute and outlet works, and enhancing structural integrity by raising the outlet works walls. This solicitation is set aside for small businesses and follows Federal Acquisition Regulation (FAR) guidelines, requiring registrants to be in the System for Award Management (SAM) to qualify for bidding. An organized pre-proposal site visit will be held to provide prospective offerors with insights into the project's requirements. Questions must be submitted by August 13, 2024, with responses to follow in an amendment. The project, valued between $5 million and $10 million, aligns with the broader goals of the Pick-Sloan Missouri Basin Program and emphasizes compliance with safety and invoicing standards outlined in the solicitation. The responses must also detail qualifications and adherence to environmental regulations while maintaining construction timelines.
    The document outlines the requirements under the Federal Acquisition Regulation (FAR) 36.211(b) regarding the policies and procedures for definitizing equitable adjustments related to change orders in construction contracts. It emphasizes the necessity for federal agencies to provide clear descriptions of how adjustments will be defined and the timeframe needed to finalize these adjustments. This is crucial for ensuring transparency and fairness in federal construction contracts. Further guidance and information on these protocols can be accessed via the provided link to the Department of the Interior's acquisition policy page. Overall, the document serves as an essential reference for federal agencies managing construction contracts, aimed at maintaining compliance with regulations and enhancing contract administration practices.
    The document represents an amendment to a solicitation regarding a government contract from the Bureau of Reclamation, Great Plains Region. The primary purpose of the amendment is to update specific sections, particularly regarding the site visit information and the Foreword, which are crucial for contractors to acknowledge before submitting their offers. It outlines the requirements for acknowledging the amendment, stating that failure to do so may result in the rejection of offers. The effective period of performance for the contract is specified as November 20, 2024, to March 20, 2026. Contractors must respond to the amendment to validate their offers in compliance with FAR regulations. This amendment encapsulates administrative changes essential for contractors to align their proposals accurately with the updated requirements, demonstrating the government's organized approach to overseeing contract modifications and ensuring that potential contractors remain informed in the bidding process.
    The document is an amendment to a solicitation issued by the Bureau of Reclamation, aiming to update terms related to a government contract. This amendment specifically extends the due date for industry questions and subsequent government responses, as well as the submission deadline for proposals. Additionally, it modifies the project’s schedule, indicating a performance period from November 20, 2024, to March 20, 2026. Contractors must acknowledge receival of this amendment in specified formats, with details on the significance of timely acknowledgment to avoid rejection of offers. While it addresses necessary administrative changes, it reaffirms that all prior terms and conditions remain in effect. This amendment reflects federal procedural compliance in managing RFPs and ensuring clear communication with contractors.
    The document outlines an amendment to a solicitation and modification of a contract issued by the Bureau of Reclamation, Great Plains Region, regarding Project ACTS# 29798. The amendment necessitates offerors to acknowledge receipt of the amendment by a specified method and by a specified deadline, to avoid rejection of offers. It includes provisions for acknowledging receipt of any prior submissions and allows changes to offers that are submitted electronically. The purpose of this amendment is to provide additional information related to a Pre-Proposal Site Visit, including the original agenda and sign-in sheet. The period of performance for the related project is specified to be from November 20, 2024, to March 20, 2026. The document maintains that all other terms and conditions remain unchanged, emphasizing the importance of compliance and timeliness in responding to amendments within federal contracting procedures.
    This document outlines an amendment to a solicitation/modification of a federal contract, specifically identified as 140R6024R0020. The primary purpose of this amendment is to communicate the details of a Pre-Proposal Site Visit, including the original agenda and sign-in sheet. It emphasizes the importance of contractors acknowledging receipt of this amendment either via copies submitted or electronic communication, ensuring that their offers are considered by the specified deadline. The effective period for this contract is established as November 20, 2024, to March 19, 2027. The document reiterates that except for the changes specified, all existing terms and conditions remain in force. The amendment appears to be part of the Bureau of Reclamation's contracting process. Overall, it serves to clarify contractor responsibilities and the operational timeline pertinent to the project, aligning with the federal procurement regulations for managing solicitations and contract modifications.
    This document is an amendment to solicitation number 140R6024R0020, issued by the Bureau of Reclamation's Great Plains Region. Its primary purpose is to extend the proposal due date from September 13, 2024, to September 20, 2024. It also alerts interested offerors about an upcoming amendment expected on or before September 16, 2024, which will address material issues identified regarding updated drawings that do not reflect changes from the original version, as well as provide answers to related questions. The document emphasizes the requirement for offerors to acknowledge receipt of this amendment to prevent rejection of their proposals. It outlines the method for submitting any changes to previously submitted offers and reiterates that all other terms and conditions of the original solicitation remain unchanged. The period of performance for the undertaking is specified as from November 20, 2024, to March 19, 2027. This amendment reflects standard government protocol in managing RFP processes and ensuring clarity and compliance among stakeholders involved in federal contracting.
    This document is an amendment to a federal solicitation (140R6024R0020) issued by the Great Plains Region of the Bureau of Reclamation. Its primary purpose is to address additional queries from potential offerors, update quantities in the price schedule outlined in Section B, and replace nine newly revised drawings. The deadline for acknowledging receipt of this amendment is emphasized, indicating that failure to do so may result in the rejection of an offer. The period of performance for the associated contract is specified as spanning from November 20, 2024, to March 19, 2027. The document requires participating contractors to sign and return copies of the amendment to ensure continued compliance with contractual obligations. Overall, this amendment ensures clarity and updates critical elements of the solicitation, thereby maintaining transparency and encouraging participation in the contracting process.
    This document serves as an amendment to a federal solicitation, specifically identified as 140R6024R0020. The purpose of the amendment is to correct an error related to the previously issued Amendment 0005, ensuring that the appropriate attachment for Amendment 0006 is included. It outlines the steps contractors must follow to acknowledge receipt of the amendment and indicates that failure to do so may result in the rejection of their offers. The amendment also specifies the contract period of performance, set from November 20, 2024, to March 19, 2027. Additionally, it communicates that the terms and conditions of the initial solicitation remain effective unless altered by this document. The amendment must be signed by the contractor or offeror and returned in the specified quantity. Overall, the amendment is part of the regulatory process for federal RFPs, highlighting compliance and procedural refinement in government contracting.
    The Bureau of Reclamation is issuing a request for proposal (RFP) for the Medicine Creek Dam Concrete Repair and Access Improvement project in Cambridge, Nebraska, with a project magnitude estimated between $5 million and $10 million. This RFP is designated as a Total Small Business Set-Aside, aiming to engage small businesses registered in the System for Award Management (SAM). Key submission details include the necessity for performance and payment bonds, proposal submissions via email (with limitations on attachment sizes), and specific identification numbers (TIN, UEI, CAGE) required from the offerors. The anticipated performance period spans from November 20, 2024, to March 20, 2026, with performance commencing post-award. The document emphasizes that offers must comply with the solicitation's requirements, and any offers submitted must be sealed and clearly marked with the appropriate details. The contract shall be governed by the terms of the solicitation and the submission made by the successful bidder, underscoring the importance of adherence to federal procurement processes. This project represents a key investment in infrastructure aimed at maintaining and enhancing flood control structures, thus ensuring public safety and environmental stability.
    The document outlines Amendment No. 0003 to the Request for Proposal (RFP) 140R6024R0020 regarding the Medicine Creek Dam Concrete Repair and Access Improvement project. The amendment includes essential updates such as the provision of the Pre-Proposal Site Visit agenda and sign-in sheet from August 13, 2024, detailing the attendance of involved parties. Key dates remain unchanged for industry questions and proposal submissions, with deadlines set for August 26, 2024, and September 13, 2024, respectively. The amendment emphasizes the requirement for contractors to acknowledge receipt, specify necessary bonding and insurance provisions, and follow detailed submission protocols. A total small business set-aside was declared, targeting an acquisition range of $5 million to $10 million. The anticipated contract award date is November 18, 2024, initiating work by November 29, 2024. The project involves constructing a site access road, concrete repairs to damaged areas, and enhancing concrete in specific dam structures, ensuring compliance with safety and construction wage rates for Nebraska. This amendment illustrates the government's structured approach to soliciting proposals while maintaining rigorous standards and timelines within federal contracting processes.
    The document is an amendment to Solicitation No. 140R6024R0020 regarding the Medicine Creek Concrete Repair and Access Improvement project in Nebraska. It addresses various modifications to the original solicitation, including updates to project specifications and answers to questions posed by prospective contractors. The amendment clarifies requirements such as mix designs for Controlled Low Strength Material, qualifications for subcontractors, and environmental considerations during construction. Importantly, it extends the project's performance period from 485 to 850 calendar days, thereby allowing more time for execution. Additionally, it emphasizes the importance of adhering to safety and security protocols, including the requirement for contractor personnel to obtain necessary identification cards and comply with strict background checks. The document retains the proposal due date of September 13, 2024, while mandating that all bidders acknowledge receipt of the amendment as part of their proposals. Overall, this amendment serves to refine and clarify the original solicitation, ensuring all bidders are well-informed of the updated requirements and specifications essential for compliance and execution.
    Similar Opportunities
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the demolition of the South, Soap, and Lower Ripley Creek Feeder Diversion Dams, along with associated work in Tehama County, California. The project involves significant tasks such as the removal of elevated pipes and supports, flumes, and the excavation and filling of the South Canal, with an estimated cost exceeding $10 million. This opportunity is particularly aimed at small businesses, including those classified as 8(a), HUBZone, and Service-Disabled Veteran-Owned, and is intended for market research and acquisition planning purposes. Interested parties must respond by October 2, 2024, and provide relevant company information, including past project experience and bonding capacity, to Rosana Yousefgoarji at RYousefgoarji@usbr.gov.
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment, with a performance period from March 2025 to January 2029. This initiative is critical for enhancing the safety and functionality of the Hyrum Dam, ensuring compliance with federal regulations and standards. Interested contractors must submit sealed bids by November 8, 2024, and can contact Lynette Rock at LRock@usbr.gov or 385-228-8535 for further information.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    Z--Teton Dam 50th Commemoration Overlook Project
    Active
    Interior, Department Of The
    The U.S. Department of the Interior's Bureau of Reclamation is seeking qualified small business contractors for the Teton Dam 50th Commemoration Overlook Project, located approximately 5 miles northeast of Newdale, Idaho. The project aims to renovate the existing overlook site by replacing current asphalt overlooks with concrete structures, enhancing parking facilities, and installing new restroom amenities and picnic tables, with an estimated budget ranging from $1 million to $5 million. This initiative is significant for improving public access and amenities in the area while adhering to environmental standards. Interested small businesses, including Women Owned and HUBZone firms, must submit their qualifications and project experience by October 1, 2024, to Jason Baldwin at jbaldwin@usbr.gov.
    Concrete Repairs of Blackwater Dam in Webster, New Hampshire
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for concrete repairs at Blackwater Dam in Webster, New Hampshire. The project involves extensive repairs to the dam's inlet nosing and non-overflow sections, including the removal of deteriorated materials and the application of new polymer concrete patches, with in-water work scheduled for the summer of 2025. This opportunity is crucial for maintaining the structural integrity of the dam, which has been in operation since 1941 and requires updates due to erosion and spalling issues. The estimated contract value is between $500,000 and $1 million, with the solicitation expected to be issued in December 2024; interested parties should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    DOI DAM SAFETY PROGRAM IOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for an Independent Oversight Review (IOR) of its Dam Safety Program, which encompasses over 1,400 dams managed by various DOI Bureaus. The objective of this procurement is to engage a contractor who will assess the effectiveness of dam safety measures, identify strengths and areas for improvement, and ensure compliance with federal safety guidelines over a five-year period. This initiative is crucial for maintaining public safety and environmental integrity by continuously improving risk management practices related to dam operations. Interested contractors must submit their proposals by September 17, 2024, with the performance period expected to commence on September 23, 2024, and conclude on September 22, 2029. For further inquiries, potential bidders can contact Keith Singleton at ksingleton@usbr.gov or call 303-445-2641.