Z--GAOA FINALE DAM RECONSTRUCTION
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), under the Department of the Interior, issued Solicitation 140L0625R0015 for the GAOA Finale Dam Reconstruction project in Valley County, Montana. This opportunity, classified as a Total Small Business Set-Aside, sought proposals for a Firm Fixed-Price construction contract valued between $1M and $5M. The final proposal due date was January 21, 2026, at 2:00 PM MT. This notice is categorized as an Award Notice, indicating the solicitation period has concluded.
Scope of Work
The project involved the reconstruction of the Finale Dam and the relocation of the GAOA Dam fence. Key deliverables included sitework, concrete, and metal work, all to be performed according to detailed specifications and drawings. Environmental restrictions were a critical component, prohibiting construction activity and surface disturbance from January 1 to July 15 to protect sage grouse and migratory birds. Compliance with federal, state, and local laws, along with historical and archeological data preservation, was also required.
Contract Details
- Contract Type: Firm Fixed-Price (FFP), Single Award Construction Contract.
- Magnitude: $1,000,000 - $5,000,000.
- NAICS Code: 237990 (Repair Or Alteration Of Dams).
- Size Standard: $45 Million.
- Set-Aside: Total Small Business.
- Period of Performance: 431 calendar days after receipt of the Notice to Proceed.
- Bonds: 100% Performance and Payment Bonds were required.
Key Requirements & Eligibility
This was a Total Small Business Set-Aside. Offerors were required to comply with FAR 52.219-14 Limitations on Subcontracting, mandating that at least 85% of the contract performance cost (excluding materials) be performed by the prime contractor or similarly situated subcontractors for general construction. A Quality Control and Safety Plan was required within 10 days of award.
Evaluation & Submission
Proposals were evaluated using a Best Value Trade-off Process. Non-price factors, including Experience, Schedule, and Past Performance, were considered of approximate equal importance and, combined, were of approximate equal importance when compared to price. Key submission dates included a site visit on December 3, 2025, and questions due by December 12, 2025. The final proposal due date, extended by Amendment 0004, was January 21, 2026, at 2:00 PM MT.
Amendments & Notes
The solicitation underwent five amendments. Amendment 0005, posted on April 6, 2026, updated contract clauses to align with current federal guidance, removing non-statutory sustainability requirements and updating representation and certification clauses. This included replacing or removing several FAR clauses and revoking language regarding plastic straw use. All other terms and conditions remained unchanged.