Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2025 SAM #8616
SOLICITATION NOTICE

Z -- Z--Webster Dam, Spillway Radial Gates Repair, Webster Unit, Solomon Division, Pick

Notice Date
6/27/2025 9:52:13 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
 
ZIP Code
59101
 
Solicitation Number
140R6025R0016
 
Response Due
7/28/2025 7:00:00 AM
 
Archive Date
08/15/2025
 
Point of Contact
Maurer, Charlene, Phone: 4062477819, Fax: 4062477798
 
E-Mail Address
CAMaurer@usbr.gov
(CAMaurer@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE Webster Dam, Spillway Radial Gates Repair, Webster Unit, Solomon Division, Pick-Sloan Missouri Basin Program, Kansas THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES. PURPOSE: The Bureau of Reclamation, Missouri Basin Regional Office intends to solicit a Request for Proposal (RFP) for a construction requirement for the Webster Dam, Spillway Radial Gates Repair, Webster Unit, Solomon Division, Pick-Sloan Missouri Basin Program, Kansas. The project is located approximately eight (8) miles west of Stockton, Kansas, in Rooks County. The RFP will be issued at https://sam.gov under Solicitation No. 140R6025R0016. PROJECT DESCRIPTION: Work under the specifications include the rehabilitation of the metalwork coatings for three (3) spillway radial gates located at the Webster Dam Spillway: 1. External upstream, downstream and edges of gate surfaces, radial arm structural steel members, trunnion assemblies and floatwell covers and frames on the inner piers: removal of existing coating system including handling and disposal; sealing crevasses between structural members; application of new coating system; removal and replacement of bottom and side gate seals. 2. Internal structural steel, skin plates, cover openings surfaces, and gallery: removal of existing coating system including handling and disposal and application of new coating system. 3. Wire Rope and components replacement. This is not a comprehensive list of contract requirements. The solicitation will include Specifications that will include all the required tasks, as well as drawings. DISCLOSURE OF MAGNITUDE: In accordance with FAR 36.204, the estimated magnitude of this proposed construction project is between $5,000,000 and $10,000,000. COMPETITION: The Bureau of Reclamation anticipates a Total Small Business Set-Aside for this acquisition. NAICS CODE AND SIZE STANDARD: The applicable North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction, which has an associated Small Business Size standard of $45 million. PSC: The applicable Product or Service Code (PSC) for this project is Z1KA, Maintenance of Dams. PERIOD OF PERFORMANCE: The overall period of performance is anticipated to be around 355 calendar days after receipt of the Notice to Proceed. The contractor who receives the award is required to commence work within 10 days of receiving the Notice to Proceed. The period of performance is inclusive of receipt and acceptance of all submittals by the Bureau of Reclamation, as well as final cleanup. SOLICITATION RELEASE DATE: In accordance with Part 15 of the Federal Acquisition Regulation, the Bureau of Reclamation intends to issue Solicitation No. 140R6025R0016 on or around July 28, 2025. The closing date for acceptance of proposals is anticipated to be 30 days from the date the solicitation is actually issued. Proposals are expected to be submitted by electronic email to the Contracting Specialist. POINT OF CONTACTS: For further information, interested offerors should contact Contract Specialist, Charlene Maurer, at email address camaurer@usbr.gov, and the Contracting Officer, Ryan Cope, at email address rcope@usbr.gov. Any communications regarding this procurement must be made in writing and sent via email and must identify the solicitation number. It is incumbent upon contractors to monitor https://sam.gov for the RFP release and all subsequent amendments. NOTE: THIS IS NOT A REQUEST FOR PROPOSAL (SOLICITATION), AN INVITATION FOR BIDS (IFB), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, bids, or quotes. No award will be made as a result of this Pre-Solicitation Notice. This Notice is strictly for compliance with FAR subpart 5.2. As a result of this Notice, the Government may issue a competitive solicitation; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to this Notice (i.e., use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). SAM: Effective October 26, 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database prior to submitting an offer or quotation. Note: Registering in SAM does not constitute an automatic award of any contract or agreement to the registering contractor. SAM is a centralized database consolidating the Central Contractor Registration (CCR), the online Representation and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). Additionally, the contractor�s DUNS and BRADSTREET and banking information are required for the SAM registration. Annual confirmation of registration requirements must be accomplished through the SAM website at https://www.sam.gov. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220. INVOICE PROCESSING PLATFORM: Payment requests for the anticipated contract are required to be submitted electronically through the U.S. Department of Treasury�s Invoice Processing Platform (IPP) system. The IPP website is https://www.ipp.gov. The contractor must use the IPP website to register access and submit requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP production helpdesk via e-mail at ippgroup@bos.frb.org or by telephone at (866) 973-3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with their proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/297248f061ff49afbb37ed239dcfeeae/view)
 
Place of Performance
Address: KS 67669, USA
Zip Code: 67669
Country: USA
 
Record
SN07492033-F 20250629/250627230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.