Stampede Penstock and Butterfly Valve Rehab
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 Reclamation has issued a Solicitation (RFP) for the Stampede Penstock and Butterfly Valve Rehab project at the Stampede Powerplant in Truckee, CA. This restricted procurement has an estimated value between $1 Million and $5 Million. The project involves comprehensive rehabilitation of critical water infrastructure. Offers are due by April 30, 2026, at 17:00 local time.
Scope of Work
This project entails the rehabilitation of the Stampede outlet works pipe, penstocks, butterfly valves, and turbines. Key tasks include:
- Reline 54-inch, 42-inch, and 24-inch penstocks.
- Refurbish and coat the 42-inch butterfly valve.
- Replace the 24-inch butterfly valve, valve motor, and actuator.
- Spot repair Unit 1 scroll case.
- Recoat Unit 2 inner head cover, outer head cover, and operating ring; spot repair outlet works headgate.
- Line 14-inch and 12-inch pipes for the outlet works air-vac system.
- Repair exterior coating on the 90-inch outlet pipe and lining downstream of the concrete-steel transition.
- Replace Unit 2 operating components for wicket gates (clamping plates, links, levers, spacer sleeve, gate stops, retaining blocks, retaining plates, seal, and retaining plate). The Product/Service Code is Z1MD (Maintenance Of EPG Facilities - Hydro).
Contract Details
- Contract Type: Negotiated (RFP)
- Estimated Value: $1 Million - $5 Million
- NAICS: 237110 (Heavy and Civil Engineering Construction)
- Size Standard: $45 Million
- Set-Aside: Restricted Procurement
- Period of Performance: 7 calendar days for commencement after award, with 600 calendar days for completion after receiving notice to proceed.
- Bonds: Performance and Payment Bonds are required within 10 calendar days after award. An offer guarantee is not required.
Submission & Evaluation
- Offers Due: April 30, 2026, at 17:00 local time. Offers will be publicly opened.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical Capability (Coordinated Construction Schedule, Narrative of Construction Sequence, and Experience) and Past Performance.
- Required Submissions: Offerors must complete and submit "Offeror Responsibility Information" (Attachment 4) detailing existing commitments, equipment, and personnel. Past Performance Questionnaires will be used.
Additional Notes
A site visit is described in Section L, clause 52.236-27 of the solicitation. Bidders must incorporate prevailing wage rates from "General Decision Number CA20260007" into their cost proposals. A "Release of Claims" form (DI-137) will be required prior to final payment. Contractors are advised that certain SAM representations (52.223-22, 52.212-3(t)) are not relevant to this solicitation and do not need to be updated in SAM. Primary Contact: Charlesetta Seibure (cseibure@usbr.gov, 9169785456).