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 is soliciting proposals for the Brock Reservoir Gates Replacement/Repairs project. This is a Firm Fixed-Price Construction contract with an estimated magnitude between $5,000,000 and $10,000,000. The project involves replacing eight slide gates and associated infrastructure at Brock Reservoir in Imperial County, California. Proposals are due February 23, 2026, by 10:00 a.m. Pacific Time (11:00 a.m. AZ time).
Scope of Work
The project's objective is to replace eight slide gates at the Warren H. Brock Reservoir that have reached the end of their service life. The scope includes:
- Replacement of six (6) 10-foot by 10-foot and two (2) 10-foot by 7-foot cast iron slide gates with new 316L stainless-steel gates.
- Installation of new gear boxes, actuators, stem protection, and associated components.
- Media-blasting and recoating of existing cast-iron thimbles and stop log guides.
- Installation of new electrical conduit, power wiring, and connection of new gate actuators to the existing control system.
- Installation of a new cathodic protection system.
- Removal and replacement of water level instruments, interior/exterior LED light fixtures, a security camera, a diesel power generator, and an emergency generator automatic transfer switch.
- An optional CLIN for an additional three gates is included. All work must comply with Reclamation Safety and Health Standards (RSHS), OSHA, and California air quality programs. A Water Management Plan is required.
Contract Details
- Contract Type: Firm Fixed-Price Construction
- Duration: 547 calendar days from the Notice to Proceed (NTP).
- Estimated Magnitude: $5,000,000 - $10,000,000
- Set-Aside: Full and Open Competition (Unrestricted)
- Product Service Code: Z1KB (Maintenance Of Canals)
- Anticipated NTP Date: August 3, 2026
Submission & Evaluation
Proposals will be evaluated based on:
- Technical Plan for Construction (including construction schedule, staffing, equipment, quality control, demolition plan)
- Past Performance (USACE/US Navy PPQs accepted; PPQ required if no CPARS)
- Management Approach (including self-performed vs. subcontracted tasks, Key Subcontractor Specialized Experience Forms, Letters of Commitment)
- Small Business Participation Plan (Large businesses must detail participation; goals include SB: 45.87%, SDB: 5%, WOSB: 5%, SDVOSB: 5%, HUBZone: 3%, ISBEE: 5%)
- Price Technical factors (1-4) combined are significantly more important than price. Proposals must be valid for 60 calendar days, limited to 50 pages for the technical proposal (excluding schedules/forms), and submitted in Primavera P6 format for the construction schedule. Performance, Payment, and Bid Bonds are required.
Key Amendments & Clarifications
Multiple amendments have been issued, with the latest (Amendment 0005) providing information on reservoir drainage (approx. 7 days for inlet canal and two cells). Previous amendments clarified:
- The proposal due date was extended to February 23, 2026, by 10:00 a.m. Pacific Time (11:00 a.m. AZ time).
- The NTP date for schedule development is confirmed as August 3, 2026, with the 547-day period concluding February 1, 2028.
- The requirement to replace stop log seals in Section 31 03 10 has been deleted.
- Quality Control Supervisor (QCS) must have no other duties and report to a Company VP or higher.
- Specific requirements for a Water Control Plan and revised quality procedures (Section 01 46 00) and water control (Section 31 03 10) have been detailed.
Contact Information
For inquiries, contact Diane Rodriguez at DLRodriguez@usbr.gov or 702-293-8368.