38--MRG SFD GRIZZLY GRAVEL SEPARATOR
ID: 140R4025Q0046Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

MINING, ROCK DRILLING, EARTH BORING, AND RELATED EQUIPMENT (3820)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 8:00 PM UTC
Description

The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Gravel Separator, designated under solicitation number 140R4025Q0046. The primary objective is to acquire equipment that will efficiently separate large rocks and debris from finer materials, enhancing operational productivity at the Socorro Field Division in New Mexico. This procurement is critical for maintaining effective resource management and operational efficiency within the Bureau's public works projects. Proposals are due by 2:00 PM MDT on May 2, 2025, and interested contractors should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 7:11 PM UTC
The Bureau of Reclamation's Upper Colorado Region seeks to procure one new heavy-duty adjustable rock grizzly gravel separator to enhance the efficiency of operations within the Socorro Field Division. This equipment will separate large rocks and debris from finer materials, improving productivity and reducing equipment wear. The contract mandates a lump-sum payment upon delivery to Socorro, NM, with specific performance requirements matching or exceeding similar existing models. Key specifications include dimensions of 16 feet wide by 10 feet high, adjustable bar spacing, and a design that supports unobstructed material movement. Contractors are responsible for shipping, setup, and operational orientation. Submittal requirements emphasize compliance with Federal regulations, including documentation in English and accessibility standards. The government requires at least 14 days to review submissions, which includes a project schedule and product data. A warranty of no less than one year is expected, and the performance period extends to six months post-award. This procurement aligns with federal RFP processes and supports critical functions of the Bureau of Reclamation, facilitating safer and more efficient resource management operations in the region.
Apr 24, 2025, 7:11 PM UTC
The document outlines the Request for Proposal (RFP) for a heavy-duty adjustable rip rap grizzly rock separator under solicitation number 140R4025Q0046. It provides a structured price schedule where contractors can submit their quotations for the item specified as CLIN 00010, indicating a quantity of one unit along with associated costs for freight, delivery, assembly, and orientation, specified as a lump sum (LS). The total price must include all fees and taxes, and offers will only be accepted for complete submissions, not partial bids. Additionally, the government reserves the right to request further substantiation for each line item quoted. The purpose of this RFP is to procure necessary equipment to enhance operational efficiency, and it reflects standard procurement practices within federal and state contracts, emphasizing thoroughness in pricing and compliance with contractual obligations.
Apr 24, 2025, 7:11 PM UTC
The document addresses an amendment to the federal RFP 140R4025Q0046 for the MRG SFD Grizzly Gravel Separator, presenting vendor questions and government responses relating to specifications and equipment requirements. Key information includes the size of materials handled by the separator, which should range from a minimum of 6 inches to a maximum of 24 inches. The loading equipment's dimensions are specified as a height of 5 feet 8 inches, a width of 6 feet, and a length of 11 feet 2 inches. It is confirmed that a Spacer Box will be needed if the loader's height mandates it, with specific measurements of 50 inches in height, 8 feet in width, and 16 feet in length. Additionally, the requirement for a Heavy Duty Deck Bar instead of a Standard one is clarified. This document serves to outline technical specifications essential for potential bidders, ensuring clarity and adherence to project parameters. The amendment emphasizes the government's commitment to precise standards in procurement processes.
Apr 24, 2025, 7:11 PM UTC
The document addresses questions related to the MRG SFD Grizzly Gravel Separator procurement process, specifically focusing on technical specifications and delivery logistics. A key concern raised was the height of the spacer box, which was initially proposed to be 50 inches. The government clarified that the height of both the spacer box and the rock separator must not exceed 10 feet to accommodate loader operation. Additionally, the document confirms that the Socorro Field Division will provide assistance with the unloading of the grizzly upon delivery, alleviating the need for contractors to supply their own unloading equipment. This RFP amendment serves to ensure clarity and adherence to operational requirements for the project. Overall, it reflects the federal government's effort to streamline the procurement process and ensure successful project execution.
Apr 24, 2025, 7:11 PM UTC
The document pertains to Amendment 0003 of the MRG SFD Grizzly Gravel Separator RFP, addressing height specifications and the necessity of a spacer box. It clarifies that a spacer box, which could add significant height and potentially exceed 14 feet when installed, is only required if the rock grizzly does not meet the specified height of 10 feet. Since the existing rock screen is already 10 feet tall, the addition of a spacer box is deemed unnecessary. Furthermore, the government's response indicates that the equipment, specifically a loader, cannot articulate over heights exceeding 14 feet. This document is part of the government's efforts to standardize equipment specifications and ensure compliance with operational height limits in this procurement process.
Apr 24, 2025, 7:11 PM UTC
The document is an amendment to a solicitation issued by the Bureau of Reclamation, specifically for a project under solicitation number 140R4025Q0046. Its primary purpose is to inform bidders about modifications and updates to the original solicitation. Key points include a correction of the deadline for questions from May 21, 2025, to April 21, 2025, at 2:00 PM MDT, directing inquiries to the Contract Specialist, Ronda Lucero. Additionally, it outlines the procedures for acknowledging the amendment and submitting proposals, emphasizing the importance of compliance with deadlines to avoid rejection of bids. The amendment also specifies that it does not alter the overall terms and conditions of the original solicitation. This document is typical of federal solicitation amendments, ensuring transparency and effective communication between the issuing agency and potential contractors, aligning with federal regulations governing procurement processes.
Apr 24, 2025, 7:11 PM UTC
The document is an amendment to a federal solicitation referenced as Amendment 0002 for solicitation number 140R4025Q0046. Its main purpose is to provide responses to questions raised regarding the original solicitation. It outlines the required procedures for acknowledging receipt of this amendment, which include submitting a copy of the amendment with proposals or confirming receipt through separate communication. Offers must be submitted by 2:00 p.m. on May 2, 2025, to Ronda Lucero at the Bureau of Reclamation's Albuquerque Area Office. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged. This document is part of standard federal contracting processes aimed at ensuring transparency and clarity in government procurements, thereby facilitating better compliance and participation from contractors.
Apr 24, 2025, 7:11 PM UTC
The document outlines Amendment 0003 to solicitation 140R4025Q0046 issued by the Bureau of Reclamation. The amendment primarily provides responses to questions raised regarding the solicitation, directing contractors to submit their proposals by 2:00 p.m. on May 2, 2025, via email to the designated Contract Specialist. It emphasizes the necessity for offerors to acknowledge receipt of the amendment in their submissions through specified methods. Key instructions include the potential rejection of non-compliant offers and the required adherence to the amended solicitation timelines. The document further indicates that all terms and conditions of the prior solicitation remain in effect unless specifically altered. This amendment is part of the federal RFP process, ensuring transparency and clear communication between the government and potential contractors to facilitate proposal submissions effectively.
Apr 24, 2025, 7:11 PM UTC
The document is a combined synopsis/solicitation issued by the Bureau of Reclamation for the procurement of a Heavy Duty Adjustable Rip Rap Grizzly Rock Separator. This solicitation, numbered 140R4025Q0046, is specifically reserved for small businesses under NAICS 333120, with an employee limit of 1,250. Contractors interested in submitting a quote must demonstrate their technical capability and provide a competitive price proposal. Delivery of the equipment is mandated within six months to the Bureau's Socorro Field Division in New Mexico. The evaluation criteria focus on the technical specifications outlined in an attached Statement of Work and total cost, including shipping and setup expenses. The document details several Federal Acquisition Regulation (FAR) clauses relevant to the solicitation, including those related to telecommunications equipment and pricing restrictions. Proposals are due by 2:00 PM MDT on May 2, 2025, with inquiries directed to the designated contracting specialist. The overarching goal is to secure equipment that meets regulatory and operational standards, ensuring the efficient functioning of public works.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
56--WY WGF GRAVEL FOR SAND MESA
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is soliciting proposals for the procurement of 1,486 tons of grading W road base gravel, composed of 1" minus fractured rock mixed with dirt and sand, for the Sand Mesa Road project in Wyoming. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, women, and economically disadvantaged individuals, emphasizing the government's commitment to inclusivity in federal contracting. The gravel is essential for road construction and maintenance, ensuring safe and reliable access in the region. Interested contractors must submit their proposals by April 16, 2025, with delivery expected between May and July 2025, and should direct inquiries to Chris Zook at czook@usbr.gov.
Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the demolition and reconstruction of sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project aims to replace deteriorated concrete structures with heavy-duty alternatives, adhering to industry standards and safety regulations, including guidelines from the American Concrete Institute (ACI) and the Occupational Safety and Health Administration (OSHA). This initiative is critical for maintaining the facility's infrastructure and ensuring effective stormwater management. Interested contractors must submit their proposals by April 25, 2025, and are encouraged to contact Valerie Jiron at vjiron@usbr.gov or 505-462-3658 for further details.
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.
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.
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information.
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.
AK-KENAI NWR-GAOA-BULK GRAVEL
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for the procurement and delivery of 2,254 tons of gravel materials to the Dolly Varden Campground at the Kenai National Wildlife Refuge in Sterling, Alaska. The required materials include 1,400 tons of pit run screened fill, 840 tons of D1 gravel, and 14 tons of crushed gravel, aimed at rehabilitating a 0.5-mile stretch of campground road to enhance public access and environmental management. This initiative is part of a GAOA-funded project to improve facilities for outdoor recreation, ensuring they meet the needs of visitors while preserving the natural habitat. Interested vendors must submit their proposals by April 24, 2025, to Contracting Officer Nicole Johnson at nicolecjohnson@fws.gov, and ensure compliance with all submission guidelines, including registration in the System for Award Management (SAM).
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
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.