FY6 MT-Dillon Boat Docks
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Reclamation, Missouri Basin Region, has issued a Combined Synopsis/Solicitation (RFQ 140R6026Q0017) for the FY26 MT-Dillon Boat Docks project. This is a Sole Source procurement, with the intent to award a Firm Fixed-Price purchase order to Damon Designs Inc. for the supply, delivery, and setup of two new boat docks in Dillon, MT. Proposals are due by April 2, 2026, at 3:00 PM MDT.
Scope of Work
This requirement is for the supply, delivery, and setup of two (2) new floating modular boat docks at Beaverhead and Lewis and Clark Campgrounds, Clark Canyon Reservoir, Dillon, MT. The docks must meet specific salient characteristics, including:
- One 40-foot long and one 60-foot long dock, both 8 feet wide.
- Easily removable using a 1½ ton pickup or utility tractor, with two hitches provided.
- Self-anchoring and self-aligning for movement, without fixed anchors or driven posts.
- Capable of withstanding winds of at least 50 mph and accompanying wave action.
- Flow-through design to reduce wave impact and wind resistance.
- Robust structural specifications including a minimum 120 cold-formed square tube steel frame, polyethylene flotation, and 2-inch x 6-inch composite decking.
- An approach ramp that is continuous, easily removable, hinged, and maintains level with water fluctuations for handicap accessibility.
- Rolling anchor frame allowing up to 18 feet of fluctuation for water level changes.
- Each dock must include a loading rail for easier boat access.
Contract Details
- Contract Type: Firm Fixed-Price purchase order.
- Solicitation Number: 140R6026Q0017
- Set-Aside: Sole Source (FAR 13.106-1(b)(1)) to Damon Designs Inc.
- NAICS Code: 488310 – Port and Harbor Operations (Small Business Size Standard: $47 million).
- PSC Code: 1945 – Pontoons and Floating Docks.
- Period of Performance: Delivery and setup required within 90 calendar days after receipt of award.
- Warranties: Minimum 2-year warranty on workmanship, structural components, decking, and flotation. 8-year 100% non-prorated warranty on floats.
Submission & Evaluation
- Proposals Due: April 2, 2026, at 3:00 PM MDT.
- Submission: Submit quotations and business profile to Sydney Oakes at soakes@usbr.gov.
- Evaluation: Award will be made to the responsible offeror whose offer is most advantageous to the Government. For this sole source, the proposed product must meet the salient characteristics list. Technical and past performance are not applicable as evaluation factors.
- Registration: Offerors must be registered in SAM.gov at the time of offer/quotation submission.
Points of Contact
- Contract Specialist: Sydney Oakes (soakes@usbr.gov)
- Contracting Officer: Charlee Maurer (CAMaurer@usbr.gov)