BLM Tomahawk Detention Dam Rehabilitation NID # MT
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 Land Management (BLM) is seeking a qualified firm to provide Title I and Title II Architect/Engineering (A/E) services for the Tomahawk Detention Dam Rehabilitation Project near Glasgow, Montana. This project involves the design of replacement outlet works to meet current Federal dam safety standards. This is a Total Small Business Set-Aside. SF330 Qualification Statements are due May 26, 2026, by 12:00 PM MT.
Scope of Work
The selected firm will provide comprehensive design services for the rehabilitation of the Tomahawk Detention Dam, an earthen embankment dam with a structural height of 22.5 feet. The primary objective is to replace the existing 110-foot corrugated metal pipe (CMP) outlet works with modern components. Key deliverables include the complete design for a new outlet works system, encompassing the inlet structure, reinforced concrete conduit, engineered backfill, filter diaphragm or sand filter, foundation preparation, outlet berm improvements, and a grouted stilling basin. All designs must comply with stringent federal standards, including FEMA P-93, FEMA P-94, BLM Manual 9177, the National Dam Safety Program Act, and Departmental Manual 753 DM 1 and 753 DM 2. Supporting tasks involve geotechnical investigations, site surveys, hydraulic evaluations, construction cost estimates, and design reviews. The dam is classified as Low Hazard.
Contract Details
This requirement is a Total Small Business Set-Aside under NAICS Code 541330 (Engineering Services). The estimated construction cost for the project is $1,100,000. While this solicitation is for Title I and Title II A/E services, the government may consider the most highly qualified firm for Title III (construction-phase) services, which could be procured under a separate contract. Offerors must be actively registered in SAM.gov at the time of submission and contract award.
Submission & Evaluation
Firms must submit their SF330 (Parts I and II) electronically to the specified Points of Contact. Submissions must be in PDF format, not exceeding 25 MB and 50 pages (including all parts, attachments, resumes, and project descriptions). Key Dates:
- Questions Due: May 12, 2026, by 12:00 PM MT
- SF330 Qualification Due Date: May 26, 2026, by 12:00 PM MT The selection process will be based on demonstrated competence and qualifications, with evaluation criteria in descending order of importance:
- Specialized Experience and Technical Competence (max 5 projects).
- Professional Qualifications of Key Personnel.
- Capacity to Accomplish Work in Required Time.
- Location in the General Geographical Area and Knowledge of Locality.
- Past Performance (evaluated using CPARS, prior Government knowledge, and other credible sources). Interviews are not anticipated but may be conducted.
Additional Notes
The Standard Form 330 (SF330) is a critical document for A-E firms, requiring detailed information on contract-specific qualifications (Part I) and general firm qualifications (Part II), including team structure, key personnel, and relevant project experience.