Diving Services 3 at the Folsom Dam
ID: 140R2025Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

All Other Support Services (561990)

PSC

INSPECTION- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (H319)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:30 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide diving services for debris removal at the Folsom Dam. The procurement involves deploying a five-person dive crew to safely remove wood debris obstructing control device shutter panels at Units 1 and 2, with a performance timeframe of seven days following the order receipt. This initiative is crucial for maintaining operational efficiency and environmental safety within the Bureau's infrastructure projects. Interested vendors must submit their quotes by April 14, 2025, and can direct inquiries to Chelsea Tikotsky at ctikotsky@usbr.gov or by phone at 916-978-5459.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 10:05 PM UTC
The document outlines the Wage Determination No. 2004-0047 dated 12/23/2024, issued by the U.S. Department of Labor under the Service Contract Act. It stipulates that contracts subject to this act must adhere to minimum wage rates set forth in Executive Orders 14026 and 13658. The rates vary based on the timing of contract awards and are applicable across specific geographic areas, including Alaska, Gulf of Mexico, New England, New York, and California. The wage determination includes detailed occupational classifications for divers and diver tenders, providing specific hourly rates and fringe benefits based on location and job type. It emphasizes compliance with paid sick leave requirements and allows for additional classification requests through a formal conformance process. Key financial aspects include depth pay, hazard pay, health and welfare benefits, and other allowances related to job conditions. This document serves to ensure that federal contractors meet established wage standards, thereby protecting workers' rights and promoting fair labor practices in government contracts.
Apr 8, 2025, 10:05 PM UTC
The document is a Request for Quotation (RFQ) numbered 140R2025Q0041 from the Bureau of Reclamation, seeking diving services for debris removal at the Folsom Dam. The acquisition is categorized as a small business set-aside with a solicitation due date of April 14, 2025. The task includes a five-person dive crew to address wood debris obstructing control device shutter panels at Units 1 and 2, requiring careful coordination to ensure safe removal without causing further obstructions. The performance timeframe is seven days post-order receipt. The RFQ outlines vendor requirements, such as necessary insurance coverage and compliance with safety regulations under the Bureau’s standards. Also specified are terms for quote submission and invoicing through the Department of Treasury's Invoice Processing Platform. The RFQ incorporates provisions from the Federal Acquisition Regulation (FAR), ensuring compliance with federal contracting laws. This solicitation exemplifies the federal government's effort to maintain operational efficiency and environmental safety within its infrastructure projects while adhering to procurement guidelines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Lake Kaweah (Terminus Dam) Woody Debris Removal
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the removal of woody debris at Lake Kaweah (Terminus Dam) in Lemon Cove, California. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSBs), requires contractors to provide fixed-price bids for debris removal across five designated work zones, adhering to a detailed Performance Work Statement (PWS) and various federal regulations. The project is crucial for maintaining environmental safety and ecological integrity, with a contract duration from June 10, 2025, to June 9, 2027. Interested contractors must submit questions by May 1, 2025, and can reach out to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further information.
J--Northern California Area Office (NCAO) Elevator Maintenance and Servicing (Base
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide maintenance and servicing for eight vertical lifts at the Northern California Area Office (NCAO) located in Shasta Lake, CA. The procurement aims to secure comprehensive elevator maintenance, including routine inspections, corrective actions, emergency responses, and the supply of necessary spare parts, all in accordance with established safety and regulatory guidelines. This contract is crucial for ensuring operational safety and efficiency within government facilities, with a performance period consisting of a base year and four optional annual extensions. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by May 1, 2025, at 1:00 PM Pacific Daylight Time to Erma Funtanilla at efuntanilla@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.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
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.
Lewes and Rehoboth Canal Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Lewes and Rehoboth Canal Maintenance Dredging Project in Delaware. This procurement involves a firm fixed-price construction contract for the maintenance dredging of approximately 90,000 cubic yards of sediment from the canal, with additional options for further dredging to support shoreline and marsh restoration efforts. The project is crucial for maintaining navigational standards and ensuring environmental compliance, with an estimated contract value between $10 million and $25 million, designated as a total small business set-aside. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 5, 2025, and are encouraged to attend a pre-bid site visit scheduled for April 8, 2025. For further inquiries, contact Molly Gallagher at molly.gallagher@usace.army.mil or Connor Struckmeyer at connor.a.struckmeyer@usace.army.mil.
S--MTE Trash Removal Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking small businesses to provide weekly trash removal services at the Mt. Elbert Powerplant located in Twin Lakes, Colorado. The procurement includes the rental of three 4-yard dumpsters and encompasses all necessary labor, transportation, and supervision for the garbage removal services, which are to be performed once a week. This initiative is crucial for maintaining operational efficiency at the Powerplant and aligns with the Bureau's commitment to engaging small businesses in federal contracting. Interested parties must submit their responses, including a capability statement and relevant project experience, by April 28, 2025, to the designated government contacts, as this is a Sources Sought Notice and not a formal Request for Proposals.
F--Dune Climb Well Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, MI. This project involves drilling a new well approximately 90 feet deep, connecting it to the comfort station water system, and abandoning the old well in compliance with local regulations. The contract, valued between $25,000 and $100,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early July 2015, and performance commencing in July 2025. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details, and are encouraged to attend a site visit to better understand the project requirements.