Z--Lakeside Vessel Barrier Gate Repair at Hoover Dam
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 seeking responses for the Lakeside Vessel Barrier Gate Repair at Hoover Dam. This is advertised as a noncompetitive Sole Source Solicitation, but any responsible source may submit a response. The project involves installing a new vessel exclusion barrier gate and repairing the existing boom line. Offers are due by May 14, 2026.
Opportunity Overview
This solicitation (140R3026Q0038) is for the repair of critical waterborne vessel barrier systems on the lakeside (upstream) portion of Hoover Dam. The primary objective is to install a new Vessel Exclusion Barrier (VEB) Gate, replacing a failed waterborne gate, and to ensure the integrity and effectiveness of on-site security measures. The work is classified under NAICS 237990 (Other Heavy and Civil Engineering Construction) with a small business size standard of $45.0 Million, and PSC Z2PZ (Repair Or Alteration Of Other Non Building Facilities).
Key Requirements & Deliverables
- Installation of a Government-owned lakeside vessel exclusion barrier gate.
- Repair and certification of the existing boom line.
- Verification and adjustment of the existing boom line to ensure all components are serviceable.
- Thorough inspection and servicing of existing barriers using Government-Furnished Materials (GFM), including the Tuffboom gate assembly.
- Certification that all components are operational and meet required standards.
- Personnel must have a minimum of three years of field experience with Worthington Products.
- Compliance with Reclamation Safety and Health Standards (2009 Edition).
- The project is considered construction and is subject to Davis-Bacon wage rates for Clark County, Nevada.
Contract Details & Timeline
- Contract Type: Solicitation (noncompetitive Sole Source, but open to all responsible sources).
- Estimated Magnitude: $25,000 - $100,000.
- Period of Performance: May 25, 2026, to July 24, 2026.
- Commencement of Work: Within 14 calendar days after award.
- Completion of Work: Within 60 calendar days after receiving Notice to Proceed.
- Bonds: Performance and Payment Bonds are required if construction exceeds $150,000.
- Final Payment Condition: A "Release of Claims" form (DI-137) will be required prior to final payment.
Submission & Evaluation
- Offers Due: May 14, 2026, at 1600 local time.
- Submission Method: Sealed offers (original and one copy) must be submitted to the address in Item 8 of SF-1442, marked with the offeror's name, address, solicitation number, and due date/time.
- Evaluation Criteria: Award will be made to the responsible offeror whose quote is the lowest price, with proposed prices evaluated for reasonableness and any instances of unbalanced pricing.
- Government Acceptance: Offers providing less than 30 calendar days for Government acceptance will be rejected.
Amendments & Important Notes
- Amendment 0001 (posted April 28, 2026) corrected an administrative error, added FAR Clause RFO 52.222-90, and combined line items on the SF-1442. It also clarified the period of performance and updated commencement/completion clauses.
- Acknowledgement: Bidders must acknowledge receipt of Amendment 0001. Offerors who have already submitted an offer and wish to modify or withdraw it should refer to Block 11 of the amendment.
- Written Questions: The deadline for written questions was extended to Monday, April 20, 2026 (this date has passed).
Points of Contact
- Contracting Specialist: Jennalyn Kent (JKent@usbr.gov, 702-293-8030)
- Contracting Officer's Representative (COR): Mr. Dwayne Privott (dprivott@usbr.gov, 702-494-2210)