K12 Drop-Arm Road Barriers at Davis Dam
ID: 140R3025B0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

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 soliciting bids for the installation of K12 Drop-Arm Road Barriers at Davis Dam, with an estimated project value between $1,000,000 and $5,000,000. The project involves replacing existing traffic barriers with M50-P2 rated barricades, along with associated site work, including the installation of automatic gate openers and training for Reclamation personnel. This procurement is a Total Small Business Set-Aside, emphasizing the importance of domestic construction materials in compliance with the Buy American Act. Bids are due by September 9, 2025, at 11:30 AM local time, and interested contractors should contact Maxwell Watanga at mwatanga@usbr.gov or call 702-293-8045 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation requires the installation of four K12 Drop-Arm Road Barriers at Davis Dam, located on the Arizona-Nevada border. This project involves replacing existing traffic barriers with M50-P2 rated active drop-arm beam barricades capable of stopping a 15,000-pound truck traveling at 50 mph. The scope includes demolition, furnishing, excavation, installation, and commissioning of new barriers, along with site restoration. Additionally, the contractor will replace automatic gate openers, install steel pipe bollards and card reader pedestals, and provide operation and maintenance training to Reclamation personnel. All work must comply with strict safety, environmental, and security regulations, including the submission of various plans and reports, and will be completed by June 2, 2026, with barriers operational by April 24, 2026, due to a separate road paving project.
    The Bureau of Reclamation requires the installation of an exterior door at the Davis Dam Administration Building in Bullhead City, Arizona. This project involves replacing an existing window with a new door that meets Architectural Barriers Act (ABA) accessibility standards, including a power-assisted push-button and card reader access. The scope of work includes demolition of the existing window and surrounding concrete, site work, and installation of the new door. The contractor must provide design plans, demolition and installation plans, and final as-built drawings for approval. Safety and waste management plans are also mandatory. The period of performance extends until June 2, 2026, with on-site construction to begin after all initial submittals are approved and a Notice to Proceed (NTP) is issued. All work must comply with Reclamation's security protocols, including escort requirements for contractor personnel within restricted areas.
    The document, "STRONGARM M50 INSTALL," from HySecurity in Kent, Washington, provides detailed installation instructions and specifications for the M50 barrier system. It emphasizes using only provided hardware, explicitly stating not to substitute with other manufactured parts, and specifies a torque of 150 ft-lbs for bolts. The installation process involves temporary wooden components (templates, 2x4s, and 2x6s) that are removed after concrete hardens. Key components include washers, retainer plates, hinge post and catch post templates, anchor bolts, and nuts. The document details concrete footing requirements, specifying 4,000 PSI minimum concrete and #6 rebar mats (3/4") at Grade 60 or better, spaced 9.0 inches on center. It clarifies that hinge and catch post bolt templates differ, but concrete footings and rebar mats are identical. The installer is responsible for supplying rebar, conduit, 2x4s, 2x6s, and concrete, while HySecurity supplies alloy steel anchor bolts, embedded retainer plates, nuts, and washers. Dimensions are primarily in inches. The document also provides specific conduit cutout details for supply/control, through-beam photo eye, high voltage, low voltage controls, and earth ground, noting the necessity of separate conduits for low voltage controls. An amendment on September 10, 2012, corrected the bolt torque to 150 ft-lbs.
    The document details a CAD file from the Bureau of Reclamation, U.S. Department of the Interior, titled "DAVIS DAM PROPOSAL EGRESS DOOR.DWG." Created using AutoCAD 24.2S (LMS TECH), the file was last saved on May 29, 2025, by RPRADO. The sheet includes standard governmental file details such as a safety reminder, a grid system, and sections for project name, division, principal feature, sub-feature, contents, and details. It also indicates various approval stages, including designed, drawn, checked, technical approval, and administrative approval, all marked as completed. The document is primarily an administrative record of a design file, likely part of an engineering or architectural project related to Davis Dam, emphasizing safety and formal review processes inherent in federal government projects.
    The document outlines a series of demolition and installation tasks to be performed by a contractor, likely part of a renovation or construction project. The scope of work includes relocating electrical lines, demolishing parts of knee walls for new door clearances and egress sidewalks, and removing partial walls, windows, and HVAC components for new door and window installations. The recurring theme is the modification of existing structures to accommodate new features, emphasizing the need for precise demolition and subsequent installation to facilitate improved access, egress, and overall functionality within the building.
    The document appears to be a highly formatted government file, likely an RFP or grant document, with extensive use of special characters and repetitive structural elements. It outlines various sections related to project requirements, technical specifications, and compliance standards. Key sections seem to address general project guidelines, detailed technical specifications for system components, and compliance with federal and local regulations. The repeated patterns suggest a structured request for proposals or a detailed project plan for infrastructure or system upgrades. The document emphasizes adherence to specific standards, particularly in areas like mechanical, electrical, and plumbing systems, and highlights the need for comprehensive planning and execution. It also includes sections detailing various compliance checks and technical parameters. Due to the high density of non-standard characters, a precise word-for-word summary is challenging, but the overall context points to a technical government procurement or project specification document.
    This government file, likely an RFP or grant document, outlines requirements and procedures for various projects, emphasizing compliance, safety, and detailed planning. It details technical specifications for infrastructure upgrades, including mechanical, plumbing, and fire suppression systems, and addresses hazardous material management such as asbestos, lead-based paint, and microbial growth. The document stresses adherence to federal, state, and local regulations, highlighting the need for comprehensive assessments, abatement, and remediation. It also covers administrative and procedural guidelines for project execution, including documentation, reporting, and coordination among different stakeholders. The overarching purpose is to ensure that all projects meet stringent safety and environmental standards while achieving their specified objectives.
    The Standard Form 24 (SF 24) serves as a Bid Bond, a crucial document for federal government RFPs, federal grants, and state/local RFPs. This form, prescribed by the GSA and FAR (48 CFR) 53.228(a), outlines the legal obligations of the Principal (bidder) and Surety(ies) to the United States Government. The bond guarantees that if the Principal's bid is accepted, they will execute the necessary contractual documents and provide required bonds within specified timelines (60 days for acceptance, 10 days for document execution). Failure to comply obligates the Principal to compensate the Government for any additional costs incurred in procuring the work. The form also details conditions under which the obligation becomes void, primarily upon successful execution of contracts and bonds. It specifies how penal sums are calculated, allows for percentage-based sums with maximum dollar limitations, and outlines requirements for corporate and individual sureties, including their appearance on the Department of the Treasury's approved list and the need for accompanying affidavits (SF 28) for individual sureties. Instructions cover proper completion, signatory requirements, and the handling of multiple sureties and corporate seals. The document emphasizes that the surety's obligation is not impaired by bid acceptance extensions, with a waiver of notice for extensions up to 60 days. The form also clarifies that "bid" and "bidder" encompass "proposal" and "offeror" in negotiated contracts.
    This government form, WBR 1432.903-1a Construction Payment, is required for construction awards invoiced through Reclamation’s Invoicing SharePoint Site. It serves as an invoice for construction payments, allowing contractors to request progress or final payments. The form collects essential information such as contract details, contractor’s name and address, invoice period, and amounts for prime contractor, subcontractor, and other expenses. It also includes a crucial contractor’s payment certification, ensuring compliance with contract terms, timely payments to subcontractors, and adherence to federal regulations. The form outlines payment methods and includes a section for the Bureau of Reclamation to certify the invoice for payment, requiring the signature of the Contracting Officer’s Representative (COR). This document ensures proper financial procedures and compliance in federal construction projects.
    The WBR 1432.903-1b Subcontractor / Supplier Payment Summary is a government form designed to track payments made to subcontractors and suppliers. This document, identified by Solicitation or Award Number, requires details such as the invoice period, contract number, and a breakdown of payments. It includes fields for the subcontractor and supplier names, their estimated contract amounts with the prime contractor, previously paid amounts, amounts paid from the current invoice, and any adjustments, culminating in a total paid amount. The form also indicates whether an SF-1413 is on file and checked by the agency. The purpose of this form is to provide a clear and organized record of financial transactions with third-party entities involved in government contracts, ensuring transparency and accountability in the disbursement of funds related to federal, state, or local government RFPs and grants.
    The document DI-137 (March 2017) is a
    The document is a sign-in sheet for a site visit related to Solicitation No. 140R3025B0002 for K12 Drop-Arm Road Barriers at Davis Dam. The site visit took place on August 19, 2025, at 9:30 AM Pacific Time. Attendees included government representatives from the Bureau of Reclamation (Jennalyn Kent, Procurement Analyst, and Russ Prado, COR, Electrical Engineer), and representatives from several prime and sub-contractor firms. Prime contractors included Cutting Edge Contractors (Brian James, QCM Superintendent), Miwok Construction (Jeremiah Gray, Operations Manager), and Sloan Security Group (Erik J. Valdez, Technician). Sub-contractors included Live Electric Inc (Carlos Avila, Estimator) and Fencing Specialists (Chris Steiler, Estimator/PM). The document serves as a record of attendance for a pre-solicitation event, indicating interest from various firms in the project.
    The Bureau of Reclamation, Lower Colorado Dams Office, Davis Dam, is soliciting bids for the K12 Drop-Arm Road Barriers project (Solicitation No. 140R3025B0002). This project, estimated between $1,000,000 and $5,000,000, is a total small business set-aside under Federal Acquisition Regulation Part 14, Sealed Bidding. The scope includes installing an exterior door in the Administration Building and four K12 drop-arm beam barricades with associated site work. Bids are due on September 9, 2025, by 11:30 AM local time in Yuma, AZ. A site visit and a post-award conference are required. The contractor must commence work within 10 calendar days of receiving notice to proceed and complete it within 200 calendar days. The project emphasizes adherence to Buy American—Construction Materials clauses, requiring domestic construction materials unless exceptions apply. Electronic invoicing via the Invoice Processing Platform (IPP) is mandatory.
    Amendment 0001 for solicitation 140R3025B0002, concerning the K12 Drop-Arm Road Barriers at Davis Dam project, provides the sign-in sheet from the site visit as Attachment 7. This amendment does not change the bid receipt date and time, which remains September 09, 2025, at 11:30 AM PD. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on the submitted offer, or by separate communication, prior to the specified hour and date for bid submission. The issuing office is the Bureau of Reclamation, Lower Colorado Region, Regional Office in Boulder City, NV.
    The Bureau of Reclamation, Lower Colorado Region, has issued Solicitation No. 140R3025B0002, an Invitation for Bids (IFB) for the K12 Drop-Arm Road Barriers project at Davis Dam. This is a Total Small Business Set-Aside, with a magnitude of construction between $1,000,000 and $5,000,000. The NAICS code is 237310 (Highway, Street, and Bridge Construction), with a small business size standard of $45 million. Bids are due by September 9, 2025, at 11:30 AM local time and must be sealed and clearly marked. The contractor must begin performance within 10 calendar days of award and complete it within 200 calendar days. Performance and payment bonds are required.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    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.
    183 CES Repair Vehicle Barriers
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    Lake Traverse Bil Gate Repairs and Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    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.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    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.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    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.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and supply of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement involves detailed engineering specifications for the gate's construction, including welding requirements, material specifications, and safety protocols, with a focus on compliance with national safety standards and USACE regulations. The Tainter Gate is a critical component for water control at the dam, ensuring efficient navigation and flood management on the Snake River. Interested contractors must submit their bids by December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.