MT - CF - RIVERSIDE CG CONCRETE REPAIRS

SOL #: 140R6026R0007Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
UPPER COLORADO REGIONAL OFFICE
SALT LAKE CITY, UT, 84138, United States

Place of Performance

Place of performance not available

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Maintenance Of Recreation Facilities (Non Building) (Z1PA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
Jun 1, 2026, 5:59 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 has issued a Solicitation (RFP) for concrete construction and repair services at the Canyon Ferry, Riverside Campground in Lewis & Clark County, Montana. This project aims to redevelop the campground to meet accessible requirements. This is a Total Small Business Set-Aside. Proposals are due May 31, 2026.

Scope of Work

The required services include:

  • Removal and disposal of existing sidewalk material.
  • Grading of subgrade for the installation of concrete slabs and sidewalks.
  • Installation of Cast-in-Place concrete slabs and sidewalks. The work is located downstream of Canyon Ferry Dam, approximately 17 miles east of Helena, Montana.

Contract & Timeline

  • Opportunity Type: Solicitation (RFP)
  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code (PSC): Z1PA (Maintenance Of Recreation Facilities (Non Building))
  • NAICS Code: 238990 (All Other Specialty Trade Contractors)
  • Period of Performance: Approximately 101 calendar days after Notice to Proceed (NTP).
  • Bonds: Performance and Payment Bonds are required within 10 calendar days after award.
  • Questions Due: May 13, 2026, by 3:00 PM MDT.
  • Proposals Due: May 31, 2026, by 11:59 PM MDT.
  • Published Date: April 30, 2026.

Submission & Evaluation

  • Submission Method: Proposals must be submitted electronically via email to Terra Warren at terra_warren@ios.doi.gov.
  • Government Acceptance: Offers providing less than 120 calendar days for Government acceptance after the due date will be rejected.
  • Evaluation Criteria: Award will be made to the lowest responsive, responsible offeror based on the total Price Schedule. The Government anticipates award without discussions.
  • Eligibility: Offerors must be registered in the System for Award Management (SAM.gov) with a valid Unique Entity Identification (UEI) and Commercial and Government Entity (CAGE) Code. Site inspection prior to submission is strongly urged.

People

Points of Contact

Warren, TerraPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 30, 2026
Version 2
Pre-Solicitation
Posted: Apr 2, 2026
View
Version 1
Sources Sought
Posted: Feb 19, 2026
View
MT - CF - RIVERSIDE CG CONCRETE REPAIRS | GovScope