Z--SNYDER CREEK DAM RECONSTRUCTION
ID: 140L0624R0060Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management, is soliciting bids for the reconstruction of Snyder Creek Dam located in Fremont County, Wyoming. This federal contract, set aside for small businesses, aims to rehabilitate the dam through various construction activities, including dewatering, excavation, and the reconstruction of embankments and spillways, with a budget estimated between $1 million and $5 million. The project is crucial for maintaining public infrastructure and ensuring environmental compliance, with contractors required to secure necessary permits and adhere to safety and quality control measures throughout the construction process. Proposals are due by September 9, 2024, following a mandatory site visit on August 16, 2024; interested parties can contact Nathan Roush at nroush@blm.gov or (303) 236-2211 for further details.

    Point(s) of Contact
    Roush, Nathan
    (303) 236-2211
    (303) 236-9470
    nroush@blm.gov
    Files
    Title
    Posted
    The Snyder Creek Dam Reconstruction project overseen by the Bureau of Land Management entails comprehensive repairs to the dam located in Fremont County, Wyoming. Key activities include dewatering the reservoir, excavating for new outlet works, reconstructing the dam embankment with compacted and lime-amended fill, and establishing new concrete structures for spillways and outlet conduits. Detailed specifications cover quality control, environmental compliance, contractor responsibilities, and safety measures, including traffic control and livestock management. The project outlines measured quantities for various construction activities, such as excavation, embankment, riprap slope protection, and stormwater management, with strict adherence to regulatory permits required throughout the construction process. Emphasis is placed on detailed submittals, coordination with governmental oversight, and ensuring work aligns with industry standards and local regulations. This initiative not only aims to restore the structural integrity of Snyder Creek Dam but also ensures ecological safety and compliance with existing laws, reflecting the government’s commitment to maintaining public infrastructure responsibly.
    The file outlines the Snyder Creek Dam Reconstruction project managed by DOWL, located in Billings, Montana. It provides essential details such as contact information, driving directions to the site, and a vicinity map indicating land ownership, including federal, state, and private lands. The document contains several technical details, such as a coordinate table for control points and test pits, various design specifics like riprap details, conduit encasements, inlet structures, and trash rack fabrication notes. These technical elements serve to guide the construction process and ensure compliance with engineering standards. The reconstruction work focuses on enhancing the dam's structural integrity and operational efficiency, which is crucial for water management in the area. The document is structured with headers and detailed diagrams, allowing for clear navigation of the project's specific components, thus emphasizing the meticulous planning required for such a government-funded infrastructure project.
    The document outlines wage determinations for heavy construction projects in Fremont County, Wyoming, under General Decision Number WY20240027, effective January 5, 2024. It emphasizes compliance with the Davis-Bacon Act and applicable Executive Orders regarding minimum wage rates for federal contracts. Contracts awarded or renewed on or after January 30, 2022, must pay workers at least $17.20 per hour, while those awarded between January 1, 2015 and January 29, 2022, require a minimum of $12.90 per hour. The document includes specific wage rates for various construction classifications, including structural ironworkers, electricians, and operators, highlighting additional fringe benefits. Furthermore, it outlines provisions for covered contracts, including paid sick leave requirements for employees and procedures for appeal related to wage determinations. Each classification includes identifiers signifying union status or survey rates. The primary purpose of this document is to ensure compliance with wage rates and worker protections in federally funded construction projects, thereby promoting fair labor standards and contractor accountability in the construction industry.
    The document outlines the price breakout and itemized cost estimation for the Rehabilitation of the Snyder Creek Dam project. Key items listed include mobilization and preparatory work, various types of excavation and embankment construction, installation of a spillway tower and inlet structure, and the provision of materials such as geotextile fabric and fencing. Each item is quantified with specific units, emphasizing that the quantities are estimates and subject to fixed firm unit pricing, with measurement and payment definitions detailed in Section 01150. This project reflects compliance with government regulations and standards in preparing and rehabilitating water control structures, demonstrating the federal commitment to infrastructure upkeep and environmental management.
    This document outlines the solicitation process for construction, alteration, or repair projects under federal guidelines, specifically formulated through Standard Form 1442. It specifies essential components such as the solicitation number, project number, contractor requirements, and submission details. The contractor is required to begin work within a stipulated period and may need to provide performance and payment bonds. The solicitation mandates that sealed bids must be clearly marked with the offeror's information and are subject to compliance with the stated work requirements and clauses. Any offers that do not meet the government's acceptance timeframe will be rejected. The document emphasizes the importance of acknowledging any amendments, submitting required guarantees, and specific procedural steps in relation to award acceptance, including contractor signatures and invoicing. This framework is crucial for ensuring a transparent and competitive bidding process, maintaining compliance with government procurement regulations, and facilitating project execution while safeguarding federal interests.
    This document outlines requirements for federal solicitations that involve limitations on subcontracting and self-performance criteria for small businesses. The solicitation emphasizes the calculation of total project costs, which include labor and material expenses, and specifies that at least 15% of labor must be self-performed by the small business prime contractor. It mandates that subcontractors must qualify as small businesses within the applicable North American Industry Classification System (NAICS) and that second-tier subcontractors are classified as large businesses for labor cost calculations. The limitations placed on subcontracting are intended to maintain substantial participation from small businesses in federal contracts. Overall, the document serves as guidance on compliance with federal contracting regulations, specifically FAR 52.219-14, and delineates necessary financial considerations for firms responding to government RFPs.
    This document provides directions and information related to Snyder Creek Dam located in Wyoming, specifically detailing how to access it from nearby towns. The site is identified on a map, indicating land ownership involving Bureau of Land Management (BLM), state land, and private ownership. The directions commence from Lysite, WY, moving through Badwater Road and Nowood Road to reach Snyder Creek Dam. The document also includes distances to nearby locations: 8.4 miles to Moneta/Hwy 26, 77 miles to Casper, and 21 miles to Shoshoni. The information appears to serve as logistical guidance for parties interested in accessing the dam, likely related to government oversight or project management concerning federal RFPs or state/local grants. It emphasizes the importance of understanding land navigation and property boundaries, which are pertinent for compliance with federal or state environmental and land use regulations.
    The government document addresses inquiries related to the Snyder Creek Dam Reconstruction project, clarifying critical project elements for contractors. It states that the project is not tax-exempt and confirms that there’s a site visit list to be released later. Safety measures due to H2S2 gas are discussed, stating no evacuation plan will be provided, though contractors can coordinate with a representative for safety concerns. The document outlines a work stoppage period from November 1st to May 1st under NEPA regulations, prohibiting all onsite work including dewatering. Moreover, quality control testing will be performed by the government, while contractors are responsible for their testing unless specified otherwise. The government also takes responsibility for stormwater discharge permit fees, but contractors must pay associated fees. It clarifies that no significant structures or historical monitors are required, and if discoveries occur, the contractor should notify the government. Lastly, it emphasizes compliance with safety and environmental regulations, and the necessity for coordination with the Contracting Officer Representative during construction. This document serves to provide clarity and ensure compliance with procedural and safety protocols for contractors involved in the project.
    The document consists of a sign-in sheet for a site visit related to the GAOA-Snyder Creek Dam project, dated August 16, 2024. It lists the names and signatures of participants from various organizations, including AISI, QPS/Ironwomes, and HD INC. The attendees are identified by their names, email addresses, and phone numbers, demonstrating their involvement in this federal RFP process. The sign-in sheet serves to confirm attendance, essential for record-keeping in government contracts and proposals. The presence of multiple organizations indicates a collaborative approach to the project, aligning with federal requirements for transparency and public engagement in large infrastructure initiatives. Overall, the document is a straightforward record that emphasizes the initiation of dialogue and collaboration among stakeholders for the Snyder Creek Dam project.
    The Snyder Creek Dam Reconstruction project in Fremont County, WY, is a federally funded construction initiative with a contract type of Firm Fixed Price (FFP) requiring a single award for completion. The project is set aside for total small business participation, with an estimated budget of $1M - $5M under NAICS code 237990. The key dates include a mandatory site visit on August 16, 2024, with proposals due by September 9, 2024. The solicitation includes comprehensive sections detailing bid schedules, specifications, inspection and acceptance criteria, contract administration data, and special requirements, including work hours, safety protocols, and preservation of historical data. Contractors are required to submit a quality control and safety plan post-award, and compliance with wage determination is mandatory. Notably, the contractor must perform at least 15% of the work with its staff, ensuring compliance with limitations on subcontracting. The contract mandates electronic invoicing through the U.S. Department of Treasury's Invoice Processing Platform (IPP) for payment requests. This document serves as a critical guide for bidders for successful proposal submission while adhering to federal regulations and requirements governing the construction industry.
    The document outlines the permit requirements and responsibilities for contractors involved in the Snyder Creek Dam project. It emphasizes that contractors must secure all environmental permits at their own expense, specifically the Wyoming Pollutant Discharge Elimination System (WYPDES) General Permit for construction-related water discharges. The contractor is tasked with preparing and submitting a Storm Water Discharge General Permit and Pollution Prevention Plan shortly after receiving the Notice to Proceed. The government will review these submissions but the ultimate responsibility of compliance and testing rests with the contractor. Additionally, the contractor must immediately report any noncompliance, and corrective actions will be at their expense, with no claims for time extensions permitted due to such interruptions. After project completion, the government will take over the maintenance of the pollution prevention plan and file a Notice of Termination for the permit. This document is crucial for maintaining regulatory compliance during the project to protect environmental standards as per federal and state guidelines.
    The document serves as a Q&A response regarding the specifications for a government contract involving lime treatment of soil. Key points include that the contractor must provide soil from designated sources, and payments for lime amended embankments are additional to certain soil classifications. The processing area for mixing lime and soil should be proposed by the contractor, as specified in the project guidelines. Contractors are permitted to move lime-treated soil to stockpiles for curing and can mix and maintain moisture during this period. Importantly, no contractor-furnished offices or facilities for government use are required under this contract. The essence of this document lies in clarifying operational procedures and stipulations to facilitate project execution effectively.
    The document details Amendment 0001 to solicitation 140L0624R0060, which modifies existing terms related to a federal contract. The amendment requires acknowledgment of its receipt by the offerors, stipulating that responses must be submitted before the specified deadline to avoid rejection. Key changes introduced by the amendment include the addition of multiple attachments: Q&A (Attachment 0008), Site Visit Roster (Attachment 0009), Revised Continuation Pages (Attachment 0010), and Revised Specifications (Attachment 0011). All other terms and conditions remain unchanged, emphasizing the importance of adhering to the updated requirements. The document is part of the procedural framework for managing government RFPs, ensuring potential contractors have the most current information to inform their offers while promoting compliance and clarity in the contracting process.
    The document pertains to an amendment (No. 0002) regarding a federal solicitation, indicating updates related to the submission of offers. Key instructions require contractors to acknowledge receipt of the amendment via specified methods to avoid offer rejection. The amendment includes the addition of Attachment 0012, which addresses questions and answers related to the solicitation. This update modifies administrative details and strictly states that all other terms and conditions remain unchanged. It emphasizes the importance of timely communication regarding offers, ensuring that any amendments or changes submitted must reference both the solicitation and amendment numbers. The contracting officer, Nathan Roush, signs to affirm these updates, reinforcing compliance with federal regulations in the contracting process. Overall, the amendment serves to clarify procedural requirements and address contractor inquiries while maintaining continuity in contract terms.
    The government solicitation, numbered 140L0624R0060, is for the reconstruction of Snyder Creek Dam in Fremont County, WY, under a firm fixed-price construction contract. The project aims to rehabilitate and maintain dams, with a budget estimate between $1 million and $5 million. This solicitation is set aside for small businesses, with a requirement that the prime contractor perform at least 15% of the work with its own workforce. Bids must be submitted by September 9, 2024, following a pre-bid site visit scheduled for August 16, 2024. The document outlines the comprehensive contracting process, including timelines for bid submission, performance requirements, necessary bonds, and environmental compliance measures such as the preservation of historical or archaeological data. It also includes specific clauses related to pricing, inspection, and safety requirements that the contractor must adhere to. Additional requirements involve the submission of detailed pricing schedules and adherence to wage determinations for the labor used in the project. The purpose of the solicitation is to engage a contractor capable of fulfilling the listed construction services while following federal acquisition regulations. The thorough detail within the solicitation indicates the government’s commitment to compliance, quality assurance, and the importance of responsible overarching governance in federal projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--Medicine Creek Dam Concrete Repair of damaged spil
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Medicine Creek Dam Concrete Repair and Access Improvement project located in Cambridge, Nebraska. This project aims to repair concrete damage in the spillway chute and outlet works, construct a new access road, and enhance the structural integrity of the dam, with a contract value estimated between $5 million and $10 million. The initiative is crucial for maintaining flood control structures, ensuring public safety, and supporting environmental stability. Interested small businesses must submit their proposals by September 20, 2024, and can contact Kent Munro at KMunro@usbr.gov or 801-721-3918 for further information.
    Z--Teton Dam 50th Commemoration Overlook Project
    Active
    Interior, Department Of The
    The U.S. Department of the Interior's Bureau of Reclamation is seeking qualified small business contractors for the Teton Dam 50th Commemoration Overlook Project, located approximately 5 miles northeast of Newdale, Idaho. The project aims to renovate the existing overlook site by replacing current asphalt overlooks with concrete structures, enhancing parking facilities, and installing new restroom amenities and picnic tables, with an estimated budget ranging from $1 million to $5 million. This initiative is significant for improving public access and amenities in the area while adhering to environmental standards. Interested small businesses, including Women Owned and HUBZone firms, must submit their qualifications and project experience by October 1, 2024, to Jason Baldwin at jbaldwin@usbr.gov.
    Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Bighorn National Forest, is soliciting proposals for the Crazy Woman Creek Corridor Updates, which include critical repairs to Forest Service Road 33 in Wyoming. The primary objective of this project is to replace a bridge at milepost 1.70, with additional optional work involving the rehabilitation of other bridges, road improvements, and culvert replacements along specified mileposts. This initiative is vital for enhancing infrastructure integrity within the national forest, ensuring improved transport and access while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    TITSWORTH DITCH GABION BASKET WEIR
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Land Management, is soliciting bids for the construction of the Titsworth Ditch Gabion Basket Weir in Lincoln County, New Mexico. The project involves the installation of a gabion wall weir, approximately 3 feet thick, 7 feet high, and 40 feet wide, designed to effectively manage water flow for irrigation purposes. This initiative is part of broader federal efforts to enhance infrastructure and resource management, ensuring sustainable water diversion for local agricultural needs. Interested contractors must submit proposals by 0900 AM Mountain Time on September 18, 2024, with an estimated project budget between $25,000 and $100,000, and are encouraged to contact Ronald Shumate at rshumate@blm.gov for further details.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.