Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
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 U.S. Department of the Interior, Bureau of Reclamation, Lower Colorado Regional Office is soliciting proposals for the Brock Reservoir Gate Replacement/Repairs project. This Firm Fixed-Price Construction opportunity, valued between $5,000,000 and $10,000,000, involves replacing eight slide gates and associated infrastructure at the Warren H. Brock Reservoir in Imperial County, California. The procurement is conducted under Full and Open Competition (Unrestricted). Proposals are due by February 23, 2026, at 10:00 a.m. Pacific Time.
Scope of Work
The project's primary objective is to replace eight slide gates (six 10x10 ft and two 10x7 ft cast iron gates) with new 316L stainless-steel gates. The scope includes:
- Installation of new gearboxes, actuators, stem protection, and associated components.
- Media-blasting and recoating of existing cast-iron thimbles and stop log guides.
- Installation of a new cathodic protection system and associated electrical components.
- Replacement of water level instruments, interior/exterior LED light fixtures, a security camera, a 150 kW diesel power generator, and an emergency generator automatic transfer switch.
- An optional CLIN for the replacement of three additional gates is included.
- Work must adhere to Reclamation Safety and Health Standards (RSHS), OSHA, and California air quality programs. A Water Management Plan is required.
- A single full water outage is scheduled for November 2026 – February 2027, with the reservoir operating at 50% capacity from March 2027 – June 2027.
Contract Details
- Contract Type: Firm Fixed-Price Construction.
- Estimated Magnitude: $5,000,000 - $10,000,000.
- Period of Performance: 547 calendar days from the Notice to Proceed (anticipated August 3, 2026), concluding February 1, 2028.
- Bonds: Performance (SF25), Payment (SF25A), and Bid Bonds (SF24) are required.
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction ($45M size standard).
Submission & Evaluation
- Proposal Due Date: February 23, 2026, by 10:00 a.m. Pacific Time.
- Evaluation Factors: Proposals will be assessed based on Technical Plan for Construction, Past Performance, Management Approach, Small Business Participation Plan, and Price. Technical factors combined are significantly more important than price.
- Proposal Format: Technical proposals are limited to 50 pages (excluding specific attachments), using a 12-point font and 1-inch margins.
- Construction Schedule: Must be prepared in Primavera P6 (version 6.2 or higher), submitted in .xer format, and use an anticipated Notice to Proceed date of August 3, 2026.
- Past Performance: USACE/US Navy PPQs will be accepted. A Past Performance Questionnaire (PPQ) is required for projects without CPARS records. Offerors without relevant past performance will receive a neutral rating.
- Subcontracting: Large businesses must submit a Small Business Participation Plan with minimum goals (e.g., SB: 45.87%, SDB: 5%, WOSB: 5%, SDVOSB: 5%, HUBZone: 3%, ISBEE: 5%). Key Subcontractor Specialized Experience Forms (Attachment 8) and Letters of Commitment are required.
- Quality Control: The Quality Control Supervisor (QCS) must have no other duties and report to a Company VP or higher.
Key Amendments & Clarifications
Multiple amendments have been issued, extending the proposal due date and providing significant clarifications:
- The requirement to replace stop log seals in Section 31 03 10, Part 1, Paragraph 1.01.A.1.a, has been deleted.
- Attachment 8, Key Subcontractor Specialized Experience Form, has been provided.
- Specific types and sizes for variable resistors in junction boxes will be determined based on system testing.
- Gate design must adhere to specifications and AWWA C561 standards.
- The anticipated award date is April 1st, with NTP following bonding/insurance approval.
Contact Information
For inquiries, contact Maribel Ruble at mruble@usbr.gov or 928-343-8217.