Z--GAOA MELSTONE 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 Department of the Interior, Bureau of Land Management (BLM), National Operations Center, is soliciting proposals for the GAOA Melstone Dam Reconstruction project in Musselshell County, Montana. This is a Total Small Business Set-Aside for construction services. Proposals are due February 20, 2026.
Scope of Work
This project involves the comprehensive reconstruction of the Melstone Dam. Key tasks include demolition, clearing, dewatering, riprap and bedding installation, earth dam construction, geosynthetics, diversion and care of water, toe drains, outlet works, and site restoration. Additionally, the scope includes constructing approximately 367 rods of new 4-wire fence and removing about 230 rods of existing fence. The work must adhere to detailed technical specifications, drawings, and environmental compliance measures.
Contract Details
- Type: Firm Fixed-Price (FFP), Single Award Contract for Construction.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a $45.0M size standard.
- Period of Performance: Completion is required by December 10, 2027.
- Magnitude: The original solicitation indicated a FAR magnitude of $1M - $5M.
- Self-Performance: The prime contractor must perform at least 15% of the contract cost, excluding materials.
- Payment: Electronic payments via the Invoice Processing Platform (IPP).
Key Requirements & Conditions
The project is subject to the Buy American Act. Prevailing wage rates, as detailed in Wage Determination MT20260077, must be observed. Construction activities and surface disturbance are prohibited annually from March 15 to July 15 to protect sage grouse and migratory birds. Compliance with Nationwide Permit (NWP) 3 for maintenance activities, including a post-completion certification, is mandatory. Third-party quality control testing and contractor-responsible construction staking are required. CAD files for the project are available upon request via email to the Contracting Officer.
Submission & Evaluation
Proposals are due by February 20, 2026, at 2:00 PM MT. The award will be based on a Best Value Continuum Tradeoff process, considering technical proposal, past performance, and price. Non-price factors (technical and past performance) are approximately equal in importance when combined and compared to price. A Past Performance Questionnaire (Attachment 7) is also due by February 20, 2026. All amendments must be acknowledged.
Contact Information
For inquiries, contact Lisa McKeon at lmckeon@blm.gov or 850-890-6395.