GAOA MELSTONE DAM RECONSTRUCTION
ID: 140L0625R0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, 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, 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.

    Point(s) of Contact
    McKeon, Lisa
    (850) 890-6395
    (000) 000-0000
    lmckeon@blm.gov
    Files
    Title
    Posted
    The GAOA Melstone Dam Reconstruction project (Solicitation No: 140L0625R0012) is a firm fixed-price, total small business set-aside construction contract in Musselshell County, MT, valued between $1M and $5M. The project involves heavy and civil engineering construction, with a 300-calendar-day completion period after the notice to proceed. Key requirements include adherence to price schedules, specifications in Section J, and compliance with various FAR and DIAR clauses. Contractors must submit quality control and safety plans, comply with strict work hours (7 AM-7 PM, M-F), and avoid construction from March 15 to July 15 due to sage grouse and migratory birds. Special provisions cover historical/archeological data preservation, CPARS reporting, and electronic invoicing via IPP. Limitations on subcontracting require the prime contractor to perform at least 15% of the work with its own employees or similarly situated subcontractors, with penalties for non-compliance. Minimum wages for contractor workers are set at $15.00/hour, subject to annual adjustments. The contract also emphasizes sustainable products and services, and Buy American Act compliance for construction materials.
    The Melstone Dam Reconstruction project in Montana is spearheaded by DOWL, a professional engineering firm. The project includes comprehensive structural plans and topographical surveys, indicating its complexity and necessity for meticulous execution. Key information includes survey control point data based on the Montana State Plane Coordinate System, with detailed elevations and horizontal units specified. The document outlines critical construction details such as construction limits, embankment specifications, and accompanying infrastructure like manholes and drainage systems. It includes various structural notes and diagrams for water outlet works, ensuring compliance with safety and engineering standards. By laying out the project's geographic positioning and infrastructure requirements, it illustrates the federal and state-level emphasis on revitalizing critical water management systems. This project not only aims to enhance water management in the region but also underscores the importance of precision engineering in federal projects, advancing both functionality and compliance with rigorous regulatory standards. The extensive details serve to guide contractors in the execution of the plans and ensure the project's overall success and safety.
    The Bureau of Land Management (BLM) seeks proposals for the reconstruction of Melstone Dam in Musselshell County, Montana, under the GAOA MELSTONE DAM RECONSTRUCTION project. The contract involves comprehensive construction tasks including reservoir dewatering, excavation of the dam structure to replace outdated outlet works, and the reformation of the embankment using various materials. Key elements also include constructing a toe drain system, a new outlet works tower and conduit, spillway grading, and reclamation of disturbed areas. The project is estimated to take 445 calendar days, with onsite work restricted from March 15 to July 15 annually, and has a magnitude of between $1 million and $5 million. It is designated as a Total Small Business set-aside under NAICS Code 237990. The solicitation is expected to be released around May 2025, and offerors must register in the System for Award Management. The award will follow the Federal Acquisition Regulations (FAR), with emphasis on best value procurement. Interested parties should stay updated via www.sam.gov for further communication and details.
    The Bureau of Land Management (BLM) is issuing a sources sought notice for the GAOA Melstone Dam Reconstruction project as part of its market research efforts. This notice, dated April 16, 2025, invites responses from both large and small businesses to assess their interest and qualifications for a competitive acquisition anticipated to be solicited by the end of May 2025. The upcoming project, valued between $1 million and $5 million, involves extensive reconstruction of the Melstone Dam, requiring various tasks such as unwatering the reservoir, excavating dam structures, and constructing a toe drain system. Interested firms are requested to submit specific information, including business classification and experience in similar projects by April 24, 2025. The BLM plans to utilize the collected data to inform potential small business set-aside decisions. Additionally, bonding requirements and a period of performance projected from September 2025 through November 2026 are outlined, with constraints on onsite work between March 15 and July 15 due to environmental considerations. This sources sought notice is part of the BLM’s strategic planning to ensure effective project execution while engaging with the eligible contracting community.
    The Melstone Dam Reconstruction project, managed by the Bureau of Land Management in Musselshell County, Montana, encompasses the comprehensive repair and upgrade of the dam infrastructure. Key tasks include unwatering the reservoir, extensive excavation to remove outdated outlet works, and reconstructing the dam embankment with sophisticated materials like compacted fill and lime-amended soil. The project has defined phases, adhering to strict quality control and environmental regulations, with all costs related to permits and compliance borne by the contractor. The contractor's responsibilities also encompass developing maintenance plans for monitoring groundwater during construction, ensuring public safety through traffic control plans, and managing debris removal and site reclamation. Quality assurance will involve regular testing and inspections overseen by government officials. The contractor must prepare comprehensive documentation and reports, including site access and project schedules, to facilitate compliance and tracking. This construction endeavor is vital for enhancing water management and infrastructure stability, thereby contributing to effective flood control and natural resource management. Overall, it reflects the federal commitment to maintaining public safety and environmental integrity in infrastructure projects.
    The "Melstone Dam Reconstruction" project focuses on comprehensive upgrades to the Melstone Dam in Montana. The project involves detailed civil and structural engineering plans, including a thorough survey using RTK GPS on the Montana State Plane Zone 2500 Coordinate System (NAD83(CONUS) and NAVD88 (GEOID18) datums). Key elements include typical embankment sections, toe drain and riprap key details, and extensive designs for outlet works. The outlet works feature precast concrete pipe support blocks for 30" RCP and 18" HDPE pipes, an outlet works tower with a deflector plate and waterstop, a conical trash rack, and an inlet structure with a sluice gate mounting plate and gate stem details. Additionally, the project outlines plans for a gate pedestal structure, a riprap stilling basin, and grading for an auxiliary spillway and access road. DOWL, located at 222 N. 32nd Street, #700, Billings, Montana, 59101, is the engineering firm responsible for the designs, with Dennis Russell (License 51296PE) as the licensed professional engineer.
    The Bureau of Land Management's Miles City Field Office in Montana has released detailed drawings for various steel fencing components, including corner panels, wire gates, drill stem mechanical gate closers, deadman anchors for minor depressions, and figure-four and rock jack braces. These designs specify materials, dimensions, and construction methods for different types of fences and gates, such as four-wire and three-wire gates. Key instructions include brace post types, wire spacing, and installation of mechanical gate closers. The designs also detail safety considerations, post specifications, and the use of galvanized hardware, ensuring durability and compliance with federal standards.
    The Melstone Dam Reconstruction project in Musselshell County, Montana, involves significant repair work managed by the Bureau of Land Management. The technical specifications detail the scope, including unwatering the reservoir, dewatering the construction area, excavating and reconstructing the dam embankment with compacted and lime-amended fill, and replacing riprap. New outlet works, a toe drain system, and spillway grading are also part of the project. The contractor is responsible for all necessary permits, traffic control, quality control, and adherence to various technical specifications for demolition, clearing, dewatering, and material placement. The document also outlines measurement and payment items for various construction activities and emphasizes adherence to safety regulations and quality assurance. Specific submittals are required throughout the project, including a Site Access Plan, Survey Plan, and various construction and material plans.
    The Bureau of Land Management's "Melstone Dam Fence" project outlines the technical specifications for constructing and removing fencing in Musselshell County, Montana. The project involves building approximately 367 rods of new 4-wire fence (three barbed, one barbless) with steel line posts, and removing about 230 rods of existing woven and five-wire fence. Key requirements include using specific materials like heavy-duty galvanized barbed and barbless wire, steel brace posts, and treated wood posts. The document details installation procedures for posts, wire stretching, and gate construction, emphasizing adherence to ASTM and AWPA standards. It also covers site preparation, environmental considerations, and safety protocols, including utility location. The work will be compensated as a Lump Sum for fence removal and installation, requiring comprehensive compliance and quality assurance throughout the project.
    The document outlines a federal government Request for Proposal (RFP) for unspecified services, detailing various compliance and submission requirements. It emphasizes adherence to specific regulations, including those related to hazardous materials, quality control, and personnel qualifications. Key sections address proposal formatting, contractual obligations, and performance standards. The RFP requires detailed plans for project execution, quality assurance, and safety protocols, including infection control and environmental protection. It also highlights the need for offerors to demonstrate their capability to meet technical specifications and administrative criteria. The document appears to be a standard government procurement solicitation, ensuring transparency and fairness in the bidding process while outlining the responsibilities of potential contractors.
    The document outlines a bid schedule for the GAOA Melstone Dam Reconstruction project (140L0625R0012), detailing 23 items of work required for the project. These items include mobilization, site clearing, demolition, various types of excavation (common, muck, compacted embankment, lime amended embankment, spillway), and the construction of key structures like the outlet works tower, conduit, and stilling basin. The project also involves materials such as filter sand, drain gravel, road gravel, riprap, and geotextile fabric. Additional work includes water control, a toe drain system, general construction operations, and fencing. Each item lists a quantity, with total prices including overhead, profit, and bond, which are to be provided by the bidder. The quantities are not guaranteed, and measurement and payment procedures are defined in Section 01150. This document serves as a price schedule for prospective bidders on this federal government dam reconstruction RFP.
    The government file, Solicitation Number 140L0625R0012, outlines the limitations on subcontracting for a Small Business set-aside contract. It details the required self-performance percentage (15%) and provides a framework for calculating compliance with FAR 52.219-14(e)(3) or (4). The document defines key terms such as "Total Amount Proposed," "Total Material Cost," "Total Labor Cost," and clarifies how small and large business subcontractor labor is accounted for. It emphasizes that the "Limitation on Subcontracting Percentage" must exceed the required self-performance percentage for compliance. The file also specifies that first-tier subcontractors must qualify as small businesses under the solicitation NAICS, while all second-tier subcontractors are considered large business labor. Material cost definitions are clarified with reference to 13 CFR 125.1.
    The Experience Project Data Sheet is a standardized form for offerors to detail their construction and design project experience for government RFPs. It requires information on the firm's role (offeror, joint venture, prime, or subcontractor), project specifics like contract number, title, location, and owner, and key dates. The form differentiates between construction and design projects, requiring details such as award and final amounts for construction or A/E design fees and total construction value for design. Both sections also ask for the type of contract and work performed. Crucially, the form requests a detailed description of the project's relevance to the RFP requirements, including significant features and self-performed work, to assess the firm's qualifications.
    The Past Performance Questionnaire (140L0625R0012 – MELSTONE DAM RECONSTRUCTION) is a standardized form used to evaluate contractor performance on government projects. It covers contractor and contract information, including project title, contract number, type, price, dates, and location, along with a brief description of the work. The form also includes a reference section for contact details. The core of the document is the evaluation section, which defines performance ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) and assesses performance across key areas: Quality, Schedule & Time Management, Pricing and Payments, Management, and Regulatory Compliance. Each area requires a rating and supporting comments. The questionnaire concludes with an overall recommendation for similar contracts and a section for general comments. The document specifies a return date of November 4, 2025, to Lisa McKeon, Contracting Officer at the Bureau of Land Management.
    The Melstone Dam Reconstruction Past Performance Questionnaire (140L0625R0012) is a critical government document for evaluating contractor performance. It collects comprehensive information on contractors, including company details, project specifics (title, contract number, price, dates, location, and scope), and client references. The core of the questionnaire is a detailed evaluation section, rating performance across key areas: Quality, Schedule & Time Management, Pricing and Payments, Management, and Regulatory Compliance. Each area includes specific sub-criteria and requires comments, especially for exceptional, marginal, or unsatisfactory ratings. The document also includes definitions for each rating (Exceptional to Unsatisfactory). The contracting officer, Lisa McKeon of the Bureau of Land Management, National Operations Center, requires the completed questionnaire to be returned by January 7, 2026, to assess a contractor's suitability for similar future contracts.
    This document is a Request for Information (RFI) for Solicitation 140L0625R0012, titled "GAOA Melstone Dam Reconstruction." The RFI format includes sections for company name, email, inquiry number, the specific solicitation/drawing/spec/other section, and a space for the government's response. This RFI is a preliminary step in a federal government procurement process, allowing potential contractors to ask questions and seek clarification regarding the upcoming reconstruction project for the Melstone Dam.
    Amendment 0001 to Solicitation 140L0625R0012 for the GAOA Melstone Dam Reconstruction project notifies potential offerors of the postponement of the site visit, question submission deadline, and proposal due date. This delay is due to a lapse in government appropriations and a resulting shutdown. Offerors are instructed not to submit proposals at this time. A subsequent amendment will be issued upon the resumption of normal government operations to establish revised dates for these activities. The amendment, dated September 23, 2025, was issued by BLM Construction and A&E - NOC in Denver, CO, with an effective date of October 6, 2025.
    Amendment 0002 to Solicitation 140L0625R0012 for the GAOA Melstone Dam Reconstruction project modifies key aspects of the Request for Proposal. The completion of work timeframe has been revised to 300 days after the Notice to Proceed. A mandatory site visit is scheduled for December 4, 2025, at 2:00 PM local time, with further details in provision 52.236-27. Questions regarding the solicitation are due by December 11, 2025, at 2:00 PM MST. Offerors must acknowledge receipt of this amendment through specified methods, including completing items 8 and 15 of the amendment form or by letter/electronic communication, with failure to do so potentially resulting in rejection of their offer. An attachment, Att7_140L0625R0012_Past_Perf_Questionnaire_AM02, has been added. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to solicitation 140L0625R0012 for the GAOA Melstone Dam Reconstruction project has been issued. This amendment notifies all potential offerors that the scheduled site visit, question submission deadline, and proposal due date are postponed indefinitely due to inclement weather preventing site accessibility. The government will issue a subsequent amendment to establish revised dates for these activities. All other terms and conditions of the original solicitation remain unchanged and in full effect.
    The Bureau of Land Management (BLM) is issuing a Request for Proposal (RFP) for the GAOA Melstone Dam Reconstruction project in Musselshell County, MT. This is a total small business set-aside, firm-fixed-price construction contract with an estimated value between $1M and $5M. The selected contractor must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 350 calendar days. Key requirements include adherence to FAR Part 15, a mandatory site visit on October 8, 2025, and a deadline for questions on October 14, 2025. The contractor is responsible for providing quality control and safety plans, adhering to work hour restrictions (no construction from March 15 to July 15 due to sage grouse and migratory birds), and complying with limitations on subcontracting, requiring at least 15% of the contract cost to be performed by their own employees or similarly situated subcontractors. Invoicing will be done through the Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    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.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Buyer not available
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    REGION ONE A&E IDIQ
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering services in Region One, which includes Montana, northern Idaho, far eastern Washington, and parts of North and South Dakota. The contract will cover a range of services including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure, as well as support for recreation sites and minor facility maintenance. This total small business set-aside has an estimated value exceeding $10 million and is scheduled to run from March 2026 to February 2031. Interested small businesses are encouraged to submit capability statements within 15 days to Crystal Amos at crystal.amos@usda.gov.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    GAOA Facility Painting Bitterroot National Forest
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    LAC QUI PARLE EMERGENCY SPILLWAY REPAIR PHASE 2
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Phase 2 Emergency Spillway Repair project at the Lac Qui Parle Dam located near Montevideo, Minnesota. This construction project involves significant work, including the replacement of existing grouted riprap with a reinforced concrete spillway slab, removal and replacement of asphalt surfacing, and the establishment of a temporary flood protection system. The project is critical for maintaining the integrity of the dam and ensuring safety in the surrounding areas, with an estimated contract value between $5 million and $10 million. Interested small business concerns must submit their bids in accordance with FAR Part 14 sealed bidding procedures, and can contact Karl Just at karl.p.just@usace.army.mil or Kevin Henricks at kevin.p.henricks@usace.army.mil for further information.