Diving Services 3 at the Folsom Dam
ID: 140R2025Q0041Type: Combined Synopsis/Solicitation
AwardedApr 21, 2025
$227K$227,020
AwardeeASSOCIATED UNDERWATER SERVICES, INC. 3901 E FERRY AVE SPOKANE WA 99202 USA
Award #:140R2025P0029
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
    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
    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.
    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
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    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.
    N8 AIR ADMISSION SUPPORT CONE
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking capability statements from businesses for the manufacture of the N8 Air Admission Support Cone, which is critical for the air admission system at Hoover Dam. This Sources Sought announcement aims to identify potential suppliers who can produce the cone based on provided specifications, with the goal of determining an appropriate procurement strategy, including possible set-asides for small businesses. The selected manufacturer will play a vital role in maintaining the operational integrity of the air admission system, which is essential for the dam's functionality. Interested firms must submit their responses, including company information and a capability statement, by December 29, 2025, at 1700 Pacific Time, referencing solicitation number 140R3026R0006. For further inquiries, contact Noah Maye at nmaye@usbr.gov.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Purchase of Turbine Runner for Unit A9
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.