MRG SFD GRIZZLY GRAVEL SEPARATOR
ID: 140R4025Q0046Type: Combined Synopsis/Solicitation
AwardedJun 3, 2025
$22.7K$22,720
AwardeeNM EARTH AND IRON WORKS LLC 11524 HIGHWAY 60 Magdalena NM 87825 USA
Award #:140R4025P0048
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    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.
    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.
    Guttenberg Ponds Rock Supply
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contract for the supply and delivery of 2,000 tons of riprap materials to a designated stockpile location along the Upper Mississippi River in Wisconsin. This procurement aims to support ongoing construction and maintenance efforts in the area, highlighting the importance of reliable material supply for infrastructure projects. The solicitation is expected to be released in approximately two weeks and will be set aside for small businesses, with the contract being a Firm, Fixed-Price agreement. Interested contractors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information, and must ensure they are registered in the System for Award Management (SAM) prior to award.
    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.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Rock (Gravel and Ditch Liner)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply road rock (gravel) and ditch liner for delivery to designated training areas at Fort Riley, Kansas. The procurement aims to fulfill specific material requirements as outlined in the solicitation documents, ensuring that the training areas are adequately equipped for operational readiness. The materials are critical for maintaining infrastructure and supporting military training activities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Stratton at shawn.c.stratton.civ@army.mil or by phone at 785-307-6851.
    ENVIRONMENTAL CHAMBER
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a new environmental chamber designed for testing concrete, aggregate, soils, and rock. The new chamber must be a freestanding, reach-in unit with specific internal dimensions and capabilities, including a temperature range of -30 °C to 180 °C and humidity levels from 10% to 95%, along with a shelf load capacity of 75 lbs per shelf. This equipment is critical for ensuring accurate and reliable testing in environmental conditions, as the current chamber is outdated and frequently requires repairs. Interested vendors should note that the contract is set aside for small businesses, and proposals must be submitted electronically, with delivery to Denver, CO, required within 180 days of award. For further inquiries, contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395.