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 Department of the Interior, Bureau of Reclamation is soliciting proposals for the Brock Reservoir Gate Replacement/Repairs project. This Full and Open Competition (Unrestricted) solicitation seeks a contractor to replace eight (with an optional three additional) slide gates and associated infrastructure at the Warren H. Brock Reservoir. The estimated magnitude is between $5 million and $10 million. Proposals are due February 23, 2026, by 10:00 a.m. Pacific Time.
Scope of Work
This project involves the replacement of six 10x10-foot and two 10x7-foot cast iron slide gates with new 316L stainless-steel gates, including new gearboxes, actuators, stem protection, and associated components. The scope also covers media-blasting and recoating existing cast-iron thimbles, installing new conduit and power wiring, connecting new gate actuators to the existing control system, recoating stop log guides, and installing new cathodic protection and electrical components. Replacement of water level instruments, lighting fixtures, a security camera, a diesel power generator, and an automatic transfer switch are also included. All work must comply with Reclamation Safety and Health Standards (RSHS), OSHA, and California environmental requirements.
Contract Details
- Type: Firm Fixed-Price Construction
- Set-Aside: Full and Open Competition (Unrestricted)
- NAICS: 237990 (Other Heavy and Civil Engineering Construction), $45M size standard
- Magnitude: $5,000,000 - $10,000,000
- Period of Performance: 547 calendar days from the Notice to Proceed (NTP). The NTP is anticipated for August 3, 2026, with project completion by February 1, 2028.
Key Requirements & Deliverables
- Water Control Plan: Required for controlling leaks from the Drop 1 gate during construction.
- Quality Control Plan (QCP): Detailed plan required, including organizational structure, staff qualifications, and procedures for scheduling, testing, tracking, and reporting, executed in three phases (Preparatory, Initial, Follow-Up).
- Subcontracting Goals: Minimum goals for various small business types are established, including 45.87% Small Business, 5% Socio-Economically Disadvantaged Small Business (SDB), 5% Women Owned Small Business (WOSB), 5% Service Disabled Veteran Owned Small Business (SDVOSB), 3% Historically Underutilized Business District Small Business (HUBZone), and 5% Indian Small Business Economic Enterprises (ISBEE). Large businesses must submit a Small Business Participation Document (SBPD).
- Specialized Experience: Key Subcontractor Specialized Experience Forms and Letters of Commitment are required for proposed subcontractors.
- Bonds: Performance and Payment Bonds, and an Offer Guarantee are mandatory.
Submission & Evaluation
Proposals will be evaluated based on Technical Plan for Construction, Past Performance, Management Approach, Small Business Participation Plan, and Price. Technical factors (1-4) combined are significantly more important than price. The technical proposal is limited to 50 pages (excluding schedule and forms). A Coordinated Construction Schedule prepared in Primavera P6 (.xer format) is required, using an NTP date of August 3, 2026, for planning.
- Questions on Amendment 0004: Due February 18, 2026, by 12:00 pm Pacific Time.
- Proposal Due Date: February 23, 2026, by 10:00 a.m. Pacific Time (11:00 a.m. AZ time).
Contact Information
For inquiries, contact Diane Rodriguez at DLRodriguez@usbr.gov or 702-293-8368.