Z--Stampede Penstock and Butterfly Valve Rehab

SOL #: 140R2026R0006Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
MP-REGIONAL OFFICE
SACRAMENTO, CA, 95825, United States

Place of Performance

Place of performance not available

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Maintenance Of Epg Facilities Hydro (Z1MD)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
May 4, 2026
3
Submission Deadline
May 1, 2026, 12:00 AM

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 Rehabilitation project. This Restricted procurement is for construction services at Stampede Dam, located approximately 35 miles west of Reno, Nevada, in Sierra County, California. The estimated project value is between $1 Million and $5 Million. Sealed offers are due by April 30, 2026, at 1700 local time.

Scope of Work

This project involves comprehensive rehabilitation of the Stampede penstock and butterfly valves. Key tasks include:

  • Reline of 54-inch penstock reducer, 42-inch penstock, and 24-inch penstock.
  • Refurbishment and coating of a 42-inch butterfly valve.
  • Replacement of a 24-inch butterfly valve, valve motor, and actuator.
  • Spot repair of Unit 1 scroll case.
  • Recoating of Unit 2 inner head cover, outer head cover, and operating ring; spot repair of outlet works headgate (excluding Unit 2 scroll case).
  • Lining of 14-inch and 12-inch pipes for the outlet works air-vac system.
  • Repair of exterior coating on the 90-inch outlet pipe and repair of the lining downstream of the concrete-steel transition of the outlet pipe.
  • Replacement of Unit 2 operating components for wicket gates, including clamping plates, links, levers, spacer sleeve, gate stops, retaining blocks, retaining plates, and seal.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price Solicitation (RFP)
  • Estimated Value: $1 Million - $5 Million
  • Set-Aside: Restricted procurement
  • NAICS: 237110 (Heavy and Civil Engineering Construction), Size Standard: $45 Million
  • Product Service Code: Z1MD (Maintenance Of Epg Facilities - Hydro)
  • Period of Performance: Commencement within 7 calendar days after award, completion within 600 calendar days after Notice to Proceed. Schedule restrictions apply for work between November and April.
  • Proposal Due: April 30, 2026, at 1700 local time.

Submission & Evaluation

Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection process. Offerors must submit sealed offers consisting of an original and 6 copies.

  • Proposal Volumes:
    • Volume I: Business Proposal (Representations, Certifications, Offer)
    • Volume II: Technical Proposal/Past Performance (including a construction schedule and narrative, and experience)
    • Volume III: Pricing Proposal (consistent with technical proposal, breakdown by CLIN)
  • Technical Evaluation: Focuses on Technical Capability (Coordinated Construction Schedule, Narrative of Construction Sequence, Experience) and Past Performance.
  • Past Performance: Offerors must list three comparable projects completed within the last 10 years.
  • Offeror Responsibility: Attachment 4, "Offeror Responsibility Information," must be completed, detailing existing commitments, equipment, and personnel.
  • Bonds: An offer guarantee is required. Performance and Payment Bonds are required within 10 calendar days after award.
  • Submittal Format Update: For Final As-Built Drawings (RSNS 01 78 30-2 & 3), the format for submittals has changed from hard copies to "CDMS". Responsible codes for Table 01 33 00A (pages 55-63) have changed from "CE" to "COR".

Key Requirements & Notes

  • Site Visit: An organized site visit is scheduled for April 15, 2026, at 10:00 am PD at Stampede Powerplant, 501 Stampede Dam Rd, Truckee, CA 96161. Offerors must register and wear appropriate safety gear. Questions are due five days after the site visit.
  • Sensitive Drawings: Access to sensitive drawings requires executing a Non-Disclosure Agreement (NDA) and submitting it to charlesetta.seibure@ios.doi.gov.
  • Wage Rates: The "General Decision Number CA20260007" (prevailing wage rates and fringe benefits for California construction trades) applies and must be incorporated into cost proposals.
  • SAM Representations: Certain SAM representations (52.223-22 and paragraph (t) of 52.212-3) are not relevant to this solicitation and do not need to be addressed.
  • Contact: Primary contact for general inquiries is Charlesetta Seibure (cseibure@usbr.gov, 9169785456).

People

Points of Contact

Seibure, CharlesettaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: May 4, 2026
View
Version 4
Solicitation
Posted: Apr 28, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 8, 2026
Version 2
Solicitation
Posted: Mar 31, 2026
View
Version 1
Solicitation
Posted: Mar 30, 2026
View