19--Notice of Intent to Sole Source

SOL #: 140R6026Q0017Special Notice

Overview

Buyer

Interior
Bureau Of Reclamation
GREAT PLAINS REGIONAL OFFICE
BILLINGS, MT, 59101, United States

Place of Performance

Dillon, MT

NAICS

Port and Harbor Operations (488310)

PSC

Pontoons And Floating Docks (1945)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Mar 2, 2026
3
Action Date
Feb 9, 2026, 10:00 PM

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 Department of the Interior, Bureau of Reclamation, has issued a Special Notice indicating its intent to award a sole source purchase order to Damon Designs, Inc. for two floating rolling dock systems. These systems are required for the Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds in Dillon, MT. Other interested vendors who believe they can provide the required systems are encouraged to submit a Letter of Interest and capability statement by February 9, 2026, 3:00 PM MDT, to challenge this sole source determination.

Scope of Work

The requirement is for two (2) floating modular boat docks, one 40 feet long and one 60 feet long, both 8 feet wide. Key characteristics include:

  • Mobility: Easily removable using a 1.5-ton pickup or utility tractor, self-anchoring, and self-aligning without fixed anchors.
  • Environmental Resistance: Must withstand 50 mph winds and wave action with minimal deflection, featuring a flow-through design.
  • Shoreline Interaction: Carrier frame and rollers must handle uneven/rocky shores and reservoir bottoms, supporting the entire unit for on-site winter removal and storage.
  • Approach Ramp: Continuous, easily removable, hinged, self-leveling for handicap accessibility (1:12 slope or less), with a maximum 12-inch gap between ramp and deck.
  • Structural Specifications:
    • Frame: Minimum 1.5" x 1.5" 120 cold-formed square tube steel, all welded, powder coated grey.
    • Flotation: Rectangular polyethylene cases filled with polystyrene, sealed, positively fastened, with minimum freeboard of 12 inches (dead load) and 8 inches (dead load + 30 psf live load).
    • Decking: 2" x 6" composite material, perpendicular to travel, grey, with gaps not exceeding 1.5 inches.
    • Connections: Flexible, load-transmitting, not protruding above deck, max 12-inch gap.
    • Rub Rails: 2" x 6" composite, flush with deck, extending 3 inches above.
    • Anchor Frame: Rolling anchor frame with a knee joint allowing up to 18 feet of water level fluctuation.
    • Loading Rail: Each dock must have a loading rail.
  • Load Requirements: Designed for a minimum 50 psf live load, 300 lbs plus 33% impact over a 12'x12' area, and torsion resistance to prevent more than 3 inches of freeboard variation.
  • Warranties: Minimum 2-year warranty on the docking system (workmanship, structural, decking, flotation) and an 8-year 100% non-prorated warranty on floats.

Contract & Timeline

  • Opportunity Type: Special Notice (Notice of Intent to Sole Source)
  • Intended Awardee: Damon Designs, Inc.
  • Authority: FAR 13.106-1(b)(1) (Sole Source)
  • NAICS Code: 488310 (Port and Harbor Operations), Size Standard: $47 million
  • Place of Performance: Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds, Dillon, MT 59725.
  • RFQ Anticipated: On or around March 11, 2026 (Solicitation No. 140R6026Q0017).
  • Quotes Due: Approximately 30 business days after RFQ issuance.
  • Award Anticipated: On or around May 11, 2026.
  • Published Date: January 23, 2026.

Vendor Action Required

Vendors who believe they can provide the required floating rolling dock systems must submit a written Letter of Interest and capability statement via email to Sydney Oakes (soakes@usbr.gov) by February 9, 2026, at 3:00 PM MDT. Submissions must include the company's SAM Unique Entity Identification (UEI) Number, Tax Identification Number (TIN), and clearly state whether the business is "small business" or "other than small business" under the specified NAICS code. Vendors must be registered in SAM.gov at the time of offer/quotation submission.

People

Points of Contact

Oakes, SydneyPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 1Viewing
Special Notice
Posted: Jan 23, 2026
FY6 MT-Dillon Boat Docks | GovScope