Z--GAOA FINALE DAM RECONSTRUCTION
ID: 140L0625R0015Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) issued a sources sought notice for the upcoming reconstruction of Finale Dam in Valley County, Montana. This notice, released on June 5, 2025, aims to assess market interest and gather qualifications from both large and small businesses as part of market research, not to solicit proposals. The anticipated project, with an estimated cost between $1 million and $5 million, will require comprehensive construction efforts including dewatering, excavation, embankment reconstruction, and the installation of new outlet works. Responses will inform the BLM's acquisition strategy and potential small business set-asides depending on the interest expressed. Interested businesses need to provide their contact information, business classification, bonding capacity, and relevant experience by June 12, 2025. The contract specialist for this notice is Max Petersen. The official solicitation is expected to be issued in July 2025, making it crucial for companies to prepare for upcoming opportunities related to this federally funded project.
    The Bureau of Land Management (BLM) is seeking proposals for the MT, GAOA Finale Dam Reconstruction project in Valley County, MT. This is a Firm Fixed Priced, Single Award Construction contract with a FAR Magnitude of $1M - $5M, set aside for Total Small Businesses. Key dates include a site visit on December 3, 2025, questions due by December 12, 2025, and proposals due by January 7, 2026. The project requires work to commence within 10 calendar days of receiving the notice to proceed and to be completed within 431 calendar days. Special requirements include adherence to work hours, fire danger season regulations, preservation of historical/archeological data, and submission of quality control and safety plans post-award. Contractors must also comply with limitations on subcontracting, electronic invoicing via IPP, and various federal acquisition regulations.
    This document outlines the technical specifications for the Finale Dam Reconstruction project in Valley County, Montana, managed by the Bureau of Land Management. The project involves dewatering the reservoir, excavating and reconstructing the dam embankment with compacted fill, lime-amended backfill, riprap, and internal filter/drain features. Key construction elements include a new precast concrete outlet works riser, conduit, low-level inlet structure, and a grouted riprap stilling basin. The project also entails excavating and grading a new auxiliary spillway, placing gravel road surfacing, and reclaiming all disturbed areas. The contractor is responsible for permits (including a Stormwater Discharge Permit), surveying, quality control, traffic management, and providing all materials and equipment. The document details measurement and payment items, including lump sum payments for mobilization, site clearing, demolition, and water control, and unit prices for various excavation and embankment materials. It also specifies requirements for project meetings, submittals, and contract closeout, emphasizing adherence to safety, environmental, and quality assurance standards.
    This document is a Request for Information (RFI) for Solicitation 140L0625R0015, titled "Finale Dam Reconstruction GAOA MT." It serves as a formal inquiry from the government, allowing potential vendors to submit questions and receive responses regarding this specific project. The RFI framework includes sections for company details (name, email), inquiry numbers, references to specific sections of the solicitation, drawings, specifications, or other relevant documents, and dedicated areas for both the vendor's request for information and the government's official response. This RFI is a preliminary step in the procurement process for the Finale Dam Reconstruction, gathering necessary clarifications before a potential Request for Proposal (RFP) or other solicitation. It ensures that all parties have a clear understanding of the project's requirements and scope.
    The document details the Finale Detention Dam Reconstruction project, managed by DOWL, located in Billings, Montana. Dated December 20, 2024, the project involves comprehensive reconstruction efforts for the Finale Detention Dam and associated infrastructure. Key aspects include detailed driving directions to the dam, land ownership information (BLM, State, Private), and various structural notes and plans. The reconstruction encompasses the Finale Reservoir, Triple Cross Access Road, and the spillway. Specific structural components detailed include the typical dam crest, 30" Ø RCP outlet works conduit, precast concrete pipe support blocks, outlet works conduit encasement and sand blanket, concrete riser, outlet works tower, low-level outlet works inlet, 12" PVC outlet works conduit, riprap stilling basin, and spillway improvements. The document provides detailed sections, plans, profiles, and elevations for each component, along with a point coordinate table and legend, indicating a thorough engineering and construction plan for the dam's reconstruction and modernization.
    The "2025 FINALE FENCE" government file outlines a project for constructing and removing fences, and relocating cattle guards in Valley County, Montana. The work includes building 1.4 miles of new fence, removing 1.3 miles of old fence, and moving a double-wide cattle guard 1800 feet west along TC Access Road. The contractor is responsible for providing labor, equipment, and materials, except for government-furnished property like project monuments, gate closure devices, and salvaged cattle guard components. Key specifications cover wire fences, gates, drainage crossings, and welded steel cattle guards, with strict adherence to ASTM, AWPA, and AASHTO standards. The project has environmental restrictions, prohibiting work between December 1st and July 15th due to wildlife concerns. Payment for services will be based on specific units, such as rods for fence types and complete units for cattle guard assemblies, with no direct payment for general requirements or government-furnished property handling.
    This document, General Decision Number MT20250074, outlines prevailing wage rates and labor requirements for heavy construction projects in Valley County, Montana, subject to the Davis-Bacon Act. It details minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts post-Jan 30, 2022) and 13658 ($13.30/hour for contracts Jan 1, 2015 - Jan 29, 2022). The document specifies wage rates and fringes for various occupations, including Electricians, Power Equipment Operators (with zone-based rates), Ironworkers, Carpenters, Laborers, and Truck Drivers. It also covers Executive Order 13706, mandating paid sick leave for federal contractors. The file includes guidance on classification identifiers (Union, Union Average, Survey, State Adopted Rates) and the appeals process for wage determinations, directing inquiries to the WHD Branch of Wage Surveys or Construction Wage Determinations, and further appeals to the Wage and Hour Administrator or Administrative Review Board.
    The GAOA FINALE DAM RECONSTRUCTION project outlines a comprehensive schedule of items for the reconstruction of a dam, divided into a Base Bid and an Additive 1 Bid. The Base Bid includes essential construction activities such as mobilization, site clearing, demolition of existing outlet works, various types of excavation (common, muck), and embankment work (compacted, lime amended). It also covers materials like filter sand, drain gravel, and road gravel, as well as the construction of the outlet works tower, inlet structure, conduit, and stilling basin. Other critical items include new riprap slope protection, water control/dewatering, stabilization fabric, and general construction operations. The Additive 1 Bid focuses on fencing and related items, encompassing the installation of barbed wire fences, end panels, stress panels, corner panels, and gates. It also includes drainage crossings, fence removal, and cattle guard removal and installation. The document specifies quantities for each item, noting that these quantities are not guaranteed and that measurement and payment details are defined in Section 01150.
    The document outlines the requirements for Solicitation Number 140L0625R0015, referred to as the GAOA Finale Dam Reconstruction project. This is a Total Small Business set-aside with a performance period of 431 days after the Notice to Proceed. A key requirement is a 15% self-performance obligation. The document details how to calculate the 'Limitations on Subcontracting Percentage,' which must exceed the required self-performance percentage to ensure compliance with FAR 52.219-14(e)(3) or (4). It includes sections for reporting Total Amount Proposed, Total Material Cost, Self Performed Labor, Total Labor Cost, and lists for payments to Small Business Subcontractors (SSS) and Large Business Subcontractors (LBS). The breakdown emphasizes the calculation of labor costs and how payments to large business subcontractors impact the overall subcontracting limitation percentage.
    The "EXPERIENCE PROJECT DATA SHEET (CONSTRUCTION AND DESIGN)" is a comprehensive form for detailing a firm's project experience in government RFPs, federal grants, and state/local RFPs. It captures general construction and design experience, requiring firms to specify their role (offeror, joint-venture, prime, sub), contract details (number, title, owner, dates), and project type (new construction, renovation, repair, alteration). The form differentiates between construction and design projects, requesting award amounts and contract types for construction, and A/E design fees and total construction values for design. Both sections also ask for the specific type of contract/task order. Crucially, it mandates detailed descriptions of the project's relevance to the RFP requirements, significant features, construction methods, and the work self-performed by the firm, ensuring a thorough evaluation of capabilities for potential government contracts.
    The Past Performance Questionnaire (140L0625R0015 – FINALE DAM RECONSTRUCTION) is a federal government document used to evaluate a contractor's performance on previous projects, specifically for federal government RFPs, federal grants, and state and local RFPs. It gathers comprehensive information on contractor and contract details, including project title, contract number, price, dates, and a brief description of the work. The questionnaire includes a section for client references. A key component is the evaluation section, which rates performance in areas such as Quality, Schedule & Time Management, Pricing and Payments, Management, and Regulatory Compliance, using a six-tier rating system from Exceptional to Unsatisfactory, along with a Not Applicable option. Each evaluation area requires comments to support the assigned ratings, especially for exceptional, marginal, and unsatisfactory scores. The document concludes with an overall recommendation for similar contracts and instructions for return by September 1, 2025, to Max Petersen, Contract Specialist at the Bureau of Land Management.
    The Bureau of Land Management (BLM) is soliciting a construction project for the reconstruction of Finale Dam in Valley County, Montana. This project involves various tasks, including dewatering the reservoir, excavating the dam embankment, and constructing new outlet works, including precast concrete components and a low-level outlet structure. The contract will require all necessary labor, materials, and equipment, ensuring compliance with relevant regulations, such as the Davis Bacon Act and the Buy American Act. The expected project duration is 431 calendar days post-notice to proceed, with a small business set-aside solicitation anticipated for July 2025. Interested contractors must monitor Sam.gov for updates and complete registration for proposal eligibility. A site visit will be held to familiarize potential bidders with the project specifics. The award will be based on the best value principle according to Federal Acquisition Regulations. This announcement does not guarantee contract award or funding for proposal preparation.
    The document outlines the reconstruction project for the Finale Detention Dam in Montana, dated December 20, 2024, prepared by DOWL, a Billings-based firm. It includes detailed driving directions to the site, highlights the relevant land ownership, which includes Bureau of Land Management (BLM), state, and private lands, and presents various technical drawings and construction details related to the dam’s structural components. Key elements such as the typical dam crest detail, outlet works conduit specifications, and spillway improvements are illustrated. The project's objective is to enhance the structural integrity and functionality of the dam, ensuring it meets safety standards and effectively manages water resources. The document serves as a proposal or reference for local and state authorities involved in RFPs (Requests for Proposals) and grants concerning infrastructure upgrades, emphasizing compliance with federal regulations. This initiative is vital for flood control and water management in the region, reflecting the government's commitment to maintaining critical infrastructure.
    The Finale Dam Reconstruction project, commissioned by the Bureau of Land Management (BLM) in Valley County, Montana, involves comprehensive repair and restoration efforts for the dam situated approximately 41.5 miles southwest of Glasgow, MT. The work includes dewatering the reservoir, excavating existing infrastructure, reconstructing embankments with imported materials, and installing precast concrete outlet works and riprap for slope protection. The project emphasizes adherence to strict quality control procedures, which encompass surveying, obtaining necessary permits, safety measures for existing utilities, and traffic control plans. Additionally, the contractor is responsible for obtaining a Storm Water Discharge Permit and maintaining pollution prevention measures throughout the construction period. Payment structures for contractors are based on various bid items, including mobilization, excavation, demolition, and construction of new structures. The document incorporates standard specifications and appendices for compliance and environmental management, ensuring the project aligns with federal and state guidelines. Overall, this document serves as a comprehensive outline for executing a pivotal infrastructure improvement while safeguarding environmental integrity and public safety.
    The 2025 Finale Fence project involves constructing approximately 1.4 miles of new fencing and removing 1.3 miles of existing fence in Valley County, Montana. This includes road drainage crossings and relocating a double wide cattle guard. The contractor is responsible for furnishing labor, materials (excluding government-furnished items), and adhering to state and federal standards for waste disposal and environmental protection. Key components of the project involve specific quality assurances and materials specifications, such as barbed wire and wood treatment according to industry standards. The contractor must manage the delivery and handling of materials, maintain project site access, and follow strict scheduling protocols, especially regarding limitations during wildlife nesting seasons. Additionally, the contract specifies that no direct payments will be granted for certain aspects; costs should be accounted for in overall bidding. A detailed work layout is provided, specifying types of fencing and gates to be installed and emphasizing the importance of proper installation techniques and site restoration.
    Amendment 0001 to Solicitation 140L0625R0015 modifies key dates for a federal government Request for Proposal (RFP) related to BLM Construction and A&E in Denver, CO. The amendment changes the site visit date from November 3, 2025, to December 3, 2025. Additionally, the proposal due date has been corrected to the year 2026, instead of 2025. Offerors must acknowledge receipt of this amendment by the specified hour and date to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged. Revisions are marked in red with a change bar in the continuation attachment.
    This document, Solicitation No. 140L0625R0015, outlines a Request for Proposal (RFP) for the MT, GAOA Finale Dam Reconstruction project, a firm-fixed-price construction contract for the Bureau of Land Management. The project, estimated between $1M and $5M, is a total small business set-aside with a NAICS code of 237990. Key dates include a site visit on December 3, 2025, questions due by December 12, 2025, and proposals due by January 7, 2025. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete the entire project within 431 calendar days. Important requirements include adherence to limitations on subcontracting (at least 15% of the cost, excluding materials, by the prime contractor), compliance with Executive Order 14026 regarding minimum wages ($15.00/hour as of January 30, 2022, with annual adjustments), and electronic invoicing via the Invoice Processing Platform (IPP). Special conditions address work hours, fire danger season, preservation of historical/archeological data, and the submission of quality control and safety plans post-award. The document also details general contract clauses, definitions, and instructions for offerors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    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.
    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.
    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.
    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.
    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--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    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.
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.