LMDT MAIN VEHICLE ACCESS GATE REPLACEMENT
ID: 140R6025R0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. The project involves installing a new remotely operated vertical pivot gate, which includes the removal of the existing gate and the installation of new components such as vehicle sensors and access controls, all while ensuring compliance with safety standards and maintaining a safe distance from nearby power lines. This procurement is critical for enhancing infrastructure safety and security, with an estimated contract value between $100,000 and $250,000. Interested contractors must attend a site visit on April 9-10, 2025, submit questions by April 22, 2025, and provide proposals by April 30, 2025, with a project completion timeframe of 120 calendar days post-award. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 3:06 PM UTC
The Bureau of Reclamation plans to replace the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado, due to safety concerns related to nearby power lines. The project involves installing a new remotely operated vertical pivot gate, requiring the removal of the existing gate and installation of new components, including vehicle sensors and access controls. Key objectives include ensuring safe access while preventing unauthorized entry and maintaining a safe distance from overhead powerlines. The new gate must meet specific operational and safety requirements, such as quick opening and closing times, weather resistance, and manual operation capabilities. The contractor is responsible for all labor, materials, and compliance with electrical and mechanical standards. The project is expected to be completed within 90 days of the Notice to Proceed, with a one-year warranty for all components. Comprehensive submittals and adherence to security protocols during construction are mandated to ensure successful implementation and safety.
Apr 1, 2025, 3:06 PM UTC
The document details specifications for the Left-Hand and Right-Hand Vertical Pivot Gates (VPG) including their construction and installation requirements. Each gate type requires a minimum 3-inch setback, clear openings that vary based on gate length, and a concrete yoke pad at least 3 feet away from frost levels. The gates are typically constructed using 2-3/8 inch diameter round tubing or square tubing, with provisions for varying numbers of rails and uprights. A barrier screen is mandatory for safety, and wind bracing is a required feature to ensure stability. The document also provides plan and elevation views, highlighting the necessary measurements and configurations from both the public and private sides. The focus on secure structural integrity and compliance with various dimensions reflects a commitment to safety and engineering standards relevant in the context of federal and local government RFPs.
The document outlines the wage determination for construction projects in Colorado, specifically for building projects that adhere to the Davis-Bacon Act. It confirms the minimum wage requirements for workers based on contracts entered into on or after January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. It details prevailing wage rates for various classifications of labor across numerous counties, specifying rates for asbestos workers, electricians, plumbers, and carpenters, among others. Rates vary by county and worker classification, reflecting local labor market conditions. Additionally, compliance with Executive Orders regarding minimum wages and sick leave is mandated for federal contractors. The document serves to ensure fair labor compensation and compliance with federal regulations in government-funded projects, emphasizing the importance of proper categorization of labor and the appeals process for wage determinations. Overall, this wage determination supports the equitable treatment of workers and assists in maintaining standards in federally assisted construction work.
The Leadville Mine Drainage Tunnel (LMDT) Access project focuses on replacing the Main Vehicle Access Gate under Solicitation No. 140R6025R0011 from the U.S. Department of the Interior, Bureau of Reclamation. The contract's estimated value ranges from $100,000 to $250,000, and it outlines the requirements for the mobilization, preparation, and completion of work, which should be finalized within 120 calendar days from the notice to proceed. The document includes a detailed price schedule and breakdown for work categories, such as materials, demolition, and labor. Compliance with various federal regulations is emphasized, including safety protocols, equal opportunity for veterans and workers with disabilities, and adherence to Buy American provisions for construction materials. Significant clauses incorporated by reference address topics like inspection, acceptance of work, and contract administration, ensuring the contractor understands their obligations. Investigation and preservation of cultural resources are mandated, requiring immediate notification of any discoveries during construction. Overall, this solicitation represents the federal government’s commitment to infrastructure integrity while adhering to labor and environmental standards, highlighted by provisions aimed at enhancing contractor participation from small businesses, and ensuring safe working conditions throughout the project.
Apr 1, 2025, 3:06 PM UTC
The Bureau of Reclamation is issuing a Request for Proposal (RFP) for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. This project requires adherence to the provided Statement of Work (SOW) and includes associated attachments. Potential bidders must attend a site visit on April 9-10, 2025, and submit any questions by April 22, 2025. Proposals are due by April 30, 2025, at noon MST. The contract's performance period is expected to begin after the award and notice to proceed, with an estimated completion timeframe of 120 calendar days. Contractors must provide any necessary performance and payment bonds. This solicitation is part of the federal process to ensure quality contracting for essential infrastructure work, focusing on construction compliance and timely execution. The Bureaus' core intent is to facilitate effective project execution while ensuring safety and performance standards are met throughout the procurement process.
Jan 23, 2025, 3:26 PM UTC
The Bureau of Reclamation is seeking market research inputs for the Leadville Mine Drainage Tunnel (LMDT) Access Gate Replacement project located in Leadville, Colorado. This notice serves as a "Sources Sought" synopsis to gauge interest and identify potential sources for a future Request for Proposal (RFP), which may be set aside for small businesses under NAICS code 238990. The project involves the installation of a new remotely actuated dual tilt vehicle access gate, including the removal of the existing gate, alongside associated installations like stanchions, footings, and necessary wiring. Onsite work is planned for June through September, considering seasonal constraints. The Bureau emphasizes the importance of evaluating socioeconomic contracting programs and invites responses from interested companies that can fulfill the project requirements. Interested parties are asked to submit their administrative data, business size, socioeconomic status, and capabilities statements by February 5, 2025. Questions can be directed to designated contracting specialists by January 30, 2025. This notice is not a solicitation but rather an opportunity for market research to inform future contracting decisions and does not require any costs from the responding entities.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
56--Mt Elbert (MTE) Security Gates Replacement
Buyer not available
The Bureau of Reclamation is initiating a competitive solicitation for the replacement of security gates at the Mt. Elbert Pump Generating Plant located in Twin Lake, Colorado, under Solicitation No. 140R6025R0003. This project entails the installation of hydraulic security gates along with the necessary electrical connections, with an estimated budget ranging from $250,000 to $500,000. The work is significant for enhancing the security infrastructure of the facility and is scheduled to take place from April 1, 2025, to September 30, 2025. Interested contractors must register in the System for Award Management (SAM) and monitor the SAM.gov website for updates, as this presolicitation notice does not constitute a formal request for proposals or quotations. For further inquiries, potential offerors can contact Monte Baird at mbaird@usbr.gov.
HYRUM STAINLESS STEEL SLIDE GATES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes from small businesses for the procurement of stainless steel slide gates as part of a combined synopsis and solicitation. The project requires various fabricated slide gates and Rotork gate actuators, with specific dimensions and operational characteristics outlined in the solicitation. These gates are crucial for water management and infrastructure projects, ensuring reliable operation in various environmental conditions. Interested vendors must submit their technical and pricing documents by April 14, 2025, at 2:00 PM MT, and can direct any questions to Contract Specialist Kimberley Hervat at khervat@usbr.gov or by phone at 801-524-3680.
Z--DK SHADEHILL REPLACE LADDERS PLATFORMS ELEC
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the replacement of ladders, platforms, and guardrails at the Shadehill Dam site in South Dakota. This project aims to enhance safety and compliance with relevant standards by disassembling existing access structures and installing new safety devices. The estimated cost for this construction work ranges from $250,000 to $500,000, with a performance period from May 14, 2024, to November 17, 2025. Interested contractors must submit their proposals by April 11, 2025, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
Leadville Testing Well
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors for the Leadville Testing Well project, which involves drilling an exploratory water well in Leadville, Colorado. The contractor will be responsible for drilling to a depth of 125-150 feet, ensuring compliance with all relevant federal, state, and local regulations, and completing the well between May 15 and July 31, 2025. This project is crucial for supporting sustainable fishery practices and environmental protection, emphasizing safety, pollution control, and adherence to stringent water quality standards. Interested contractors should contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313 for further details and to ensure compliance with the total small business set-aside requirements.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a new moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified deadline and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
43--EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the refurbishment or replacement of a 500 GPM sump pump and the installation of new basket strainers for two existing 6000 GPM pumps at the Mt. Elbert Powerplant in Twin Lakes, Colorado. The procurement aims to ensure reliable operation of essential pumping systems, which are critical for maintaining operational integrity at the powerplant. This opportunity is set aside for small businesses under NAICS code 333914, with proposals due by May 11, 2025, and a firm fixed-price contract anticipated. Interested contractors must be registered in SAM.gov and are encouraged to conduct a site visit to assess the work required before submitting their proposals, which will be evaluated based on technical approach, past performance, and pricing.
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.
Keystone Lake Tainter Gate Repairs
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking responses for a Sources Sought announcement regarding repairs to the tainter gates at Keystone Lake Dam in Tulsa County, Oklahoma. The project involves a design-bid-build approach to repair the floating bulkhead and tainter gates, including inspections, nondestructive testing of welds, replacement of compromised steel, sandblasting, painting, and replacement of anodes and seals. This procurement is crucial for maintaining the structural integrity and operational functionality of the dam, with an estimated construction cost between $5 million and $10 million and a duration of approximately 730 calendar days. Interested firms must respond by 2:00 PM CST on April 14, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the GAOA Forest Wide Toilet Replacement and Installation project at the Beaverhead-Deerlodge National Forest in Colorado. The project involves the removal and replacement of existing vault toilets at various recreation sites, including tasks such as site clearing, constructing access paths, and installing new facilities. This initiative is crucial for maintaining the quality of recreational facilities and ensuring visitor satisfaction in the national forest. Interested small businesses must be registered in the System for Award Management (SAM) and are encouraged to visit the project site prior to the solicitation release, which is expected around April 23, 2025. The estimated contract value ranges from $1 million to $2 million, with work anticipated to commence on June 1, 2025, and conclude by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
Z--UFO NORWOOD WAREHOUSE IMPROVEMENTS
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the Norwood Warehouse Improvements project located in Norwood, Colorado. This federal contract, set aside for small businesses, involves the installation of a pedestrian gate and the replacement of a yard hydrant, with a project magnitude under $25,000 and a completion timeline of 150 days from the Notice to Proceed. Interested contractors must submit their quotes by April 11, 2025, following a mandatory site visit on March 14, 2025, and are required to provide documentation including past performance references and a technical approach to the work. For further inquiries, contractors can contact Patrick Frost at pfrost@blm.gov or by phone at 303-239-3605.