Z--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 is soliciting proposals for the Stampede Penstock and Butterfly Valve Rehab project, located at the Stampede Powerplant in Truckee, CA. This is a restricted procurement under NAICS 237110 with a $45 million size standard, estimated between $1 Million and $5 Million. The project involves comprehensive rehabilitation of critical hydropower infrastructure. Proposals are due June 2, 2026, at 1700 Pacific Daylight Time.
Scope of Work
This project focuses on the rehabilitation of the Stampede penstock and butterfly valves. Key tasks include:
- Coating & Reline: Reline 54-inch reducer, 42-inch penstock, and 24-inch penstock. Refurbish and coat a 42-inch butterfly valve, recoat Unit 2 inner/outer head cover and operating ring, and line 14-inch/12-inch air-vac pipes.
- Valve Replacement/Repair: Replace a 24-inch butterfly valve, motor, and actuator. Spot repair Unit 1 scroll case and the outlet works headgate. Repair exterior coating on the 90-inch outlet pipe and its lining.
- Wicket Gate Components: Replace Unit 2 operating components for wicket gates (clamping plates, links, levers, etc.).
- Water Management: Design, install, operate, and maintain water transportation facilities for the 90-inch outlet work, including headgate leakage control and water delivery for river minimum flow (30 cfs, 45-65°F). The contractor is responsible for water control during head gate spot repairs.
- Safety & Environmental: Adherence to Reclamation Safety and Health Standards (RSHS) and OSHA, Water Pollution Control (SWPPP, permits, monitoring), and Fire Protection and Prevention (plan, fire breaks, water truck on-site).
- Site Use & Security: Compliance with site security requirements (PIV paperwork, authorized employee lists), and responsible use of Government land, including invasive species prevention and site restoration.
Contract & Timeline
- Type: Firm-Fixed-Price Solicitation (RFP)
- Estimated Value: $1 Million - $5 Million
- NAICS: 237110 (Size Standard: $45 Million)
- Set-Aside: Restricted Procurement
- Period of Performance: Commence within 7 calendar days, complete within 600 calendar days after Notice to Proceed. Schedule restrictions apply for work between November and April.
- Proposal Due: June 2, 2026, at 1700 Pacific Daylight Time.
- Published: May 4, 2026 (latest amendment).
Submission & Evaluation
- Submission: Proposals must be submitted via email to charlesetta.seibure@ios.doi.gov in three volumes: Business, Technical/Past Performance, and Pricing. A Non-Disclosure Agreement (NDA) is required to access sensitive drawings. Offeror Responsibility Information (existing commitments, equipment/personnel) must also be provided.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) process. Evaluation factors include Technical Capability (Construction Schedule, Experience) and Past Performance.
- Bonds: Performance and Payment Bonds are required within 10 calendar days after award.
- Wage Rates: Construction Wage Rate Requirements (General Decision Number CA20260007) apply.
Additional Notes
This solicitation has undergone multiple amendments, with the latest (Amendment 0004) updating specifications, drawings, and incorporating Q&A, and confirming the final proposal due date.