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
    Description

    The Department of the Interior, Bureau of Reclamation, is soliciting 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 and operational standards. This procurement is critical for maintaining secure access to the facility and preventing unauthorized entry, particularly in light of safety concerns related to nearby power lines. 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 an estimated contract value between $100,000 and $250,000. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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 Past Performance Questionnaire (PPQ) is a tool utilized by the Bureau of Reclamation to evaluate contractors' performance in relation to federal projects. The questionnaire collects essential information about contractors, including their firm details, contract specifics, and client assessments. Key elements include the nature of the work undertaken (prime contractor, subcontractor, etc.), contract types (e.g., firm fixed price), and project descriptions highlighting directly relevant experience. Evaluators are asked to rate contractors across various performance categories, such as quality, schedule adherence, customer satisfaction, management competence, cost management, safety compliance, and overall project execution. Ratings range from Exceptional (E) to Unsatisfactory (U), providing a comprehensive overview of contractor capabilities based on client feedback. The form emphasizes the necessity for clients to submit their assessments directly to the Bureau as part of the contractor evaluation process, ensuring a thorough examination of past performance to inform future contracting decisions. This questionnaire is crucial for assessing contractors' reliability and effectiveness in fulfilling project requirements, particularly in the context of federal RFPs and grants.
    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.
    The document serves as an amendment to solicitation number 140R6025R0011 concerning the LMDT Main Vehicle Access Gate Replacement project. It details the requirements for acknowledging the amendment prior to the specified offer submission due date to avoid rejection of offers. The amendment includes the Past Performance Questionnaire as Attachment 4 but does not alter any other specifics or deadlines related to the solicitation. It outlines the procedures for contractors to modify previously submitted offers, emphasizing that such modifications must reference the solicitation and the amendment. Additionally, it specifies administrative modifications under FAR guidelines and confirms that the terms of the solicitation remain effective, except as amended. The amendment is part of the federal government's attention to detail in procurement processes aimed at maintaining compliance and ensuring thorough evaluation of contractor qualifications.
    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.
    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
    Similar Opportunities
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Nelson Tunnel Repair, ISS-EPA, Mineral County, CO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for a construction contract related to the Nelson Tunnel Repair at the Commodore Waste Rock Superfund Site in Mineral County, Colorado. The primary objective is to conduct remedial actions to mitigate the risk of uncontrolled releases of mine-impacted water from the Nelson Tunnel, which involves constructing a bypass adit, rehabilitating the existing tunnel, and installing flow control structures. This project is critical for environmental protection and water quality management in the region, with an estimated construction cost ranging from $10 million to $25 million. Interested firms must submit their qualifications by December 22, 2025, to Sam McGuffey and Jeffrey Wyant via email, ensuring they are registered in the System for Award Management (SAM).
    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.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    63--Building Access Service Agreement
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    J095--554 | S | FMS_Receiving Dock Gate Repair_One Time Repair Resubmission (VA-26-00022013)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to provide a one-time repair of the receiving dock gate at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair of a Cookson Garage Door, which includes replacing bottom bars, rods, tubes, links, and the bottom part of the curtain, with a site visit highly recommended to assess the scope of work. This contract is crucial for maintaining operational efficiency at the facility, ensuring that the receiving dock functions properly for the delivery of goods and services. Quotes must be submitted via email to Jeremy Ferrer at jeremy.ferrer@va.gov by 4:00 PM MT on December 26, 2025, with a firm-fixed price contract anticipated to be awarded shortly thereafter.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    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.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.