Crane Lake Dam Rehabilitation
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 USDA Forest Service is soliciting quotes for the Crane Lake Dam Rehabilitation project in Rolla, MO. This project aims to rehabilitate a high-hazard recreational dam that is in poor condition and does not meet federal guidelines, thereby reducing the risk of loss of life or property downstream. This acquisition is a Total Small Business Set-Aside.
Scope of Work
The rehabilitation work includes, but is not limited to:
- Clearing and removing unsuitable organic material for embankment fill.
- Removing and recycling existing training walls and appurtenances.
- Installing a new conduit, level control structure, and associated appurtenances.
- Regrading and installing Hydroturf CS with penetrating catalyzed silicate concrete treatment armoring for the spillway and dam embankment.
Detailed engineering drawings (Attachment 2) and supplemental specifications (Attachment 3) provide comprehensive technical requirements for materials, construction methods, and acceptance criteria, including specifics for baffle risers, impact basins, and various construction details. Attachment 1, the Schedule of Items, outlines the base and optional bid items with estimated quantities and unit prices.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Contract Type: Firm Fixed-Price
- Estimated Value: Between $1,000,000 and $5,000,000
- Set-Aside: Total Small Business Set-Aside (NAICS 237990, $45M size standard)
- Period of Performance: Anticipated July 1, 2026, to June 30, 2027 (365 calendar days after Notice to Proceed).
- Place of Performance: Rolla, MO 65401
Key Dates & Submission
- Questions Due: May 28, 2026, at 2:00 PM CT (Email: christopher.malley@usda.gov)
- Site Visit: May 14, 2026, at 10:30 AM CT (Address: entrance of Forest Road 2113 off of Iron County Road 124; POC: Rachel Uetrecht, Rachel.uetrecht@usda.gov, 573-341-7433)
- Quotes Due: June 11, 2026, at 2:00 PM CT
- Submission Method: Email quotes to debra.brinn@usda.gov, christopher.malley@usda.gov, and PPS.proposals@usda.gov. Technical and price submissions must be separate documents.
- Required Documents: Bidders must review Attachment 4 for submittal requirements. Attachment 5 provides prevailing wage rates for labor cost estimation.
Evaluation Factors
Award will be made to the responsible vendor whose quote is most advantageous to the Government, considering:
- Price
- Past Performance
- Experience
- Technical Approach
Award will not necessarily be made to the lowest-priced vendor. Offerors must have an active entity registration in the System for Award Management (SAM).