Z--WY MT Rockfall Risk Mitigation IDIQ 2026
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, Great Plains Regional Office is soliciting proposals for Rockfall Risk Mitigation Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for rock slope stabilization services in Montana and Wyoming. This opportunity is a Total Small Business Set-Aside. Proposals are due April 29, 2026, at 5:00 p.m. MDT.
Purpose & Scope
This solicitation seeks qualified contractors to provide rock slope stabilization services at dams, powerplants, and other water retention facilities. The scope includes rockfall hazard mitigation and stabilization, procurement of materials and equipment, and provision of labor and technical services for inspection, reporting, cleaning, scaling, and installation of permanent rockfall mitigation systems. These systems may include rock bolts, steel wire mesh, stainless steel cable, and rockfall barrier systems. Services also encompass construction of rockfall barrier systems, potential periodic maintenance, planned mitigations, urgent corrective actions, as-built drawings, Site Safety and Health Plans (SSHP), Job Hazard Analyses (JHA), and hazardous/non-hazardous waste disposal. Materials must meet specifications outlined in Appendix A of the Statement of Work.
Contract Details
This will result in the award of up to three (3) firm-fixed-price IDIQ contracts. The Period of Performance is from June 1, 2026, to May 31, 2031. Each awardee will receive a minimum guarantee of $5,000.00, with a maximum quantity of $20,000,000.00 over the five-year period. Pricing must utilize Davis Bacon Wage Determinations for Montana and Wyoming, with unit prices for Crew Hours including fully burdened hourly rates. Performance and payment bonds are required at the Task Order level for construction contracts exceeding $150,000.
Submission & Evaluation
Proposals are due by April 29, 2026, at 5:00 p.m. MDT, and must be submitted via email to Terra Warren (terra_warren@ios.doi.gov) and Mitchell Frost (mitchell_frost@ios.doi.gov). Evaluation factors include Technical Approach, Safety Plan, Construction Schedule, Past Performance, and Price/Cost. The Seed Task Order will be evaluated separately. Technical Approach is considered more important than Past Performance, with both combined being approximately equal in importance to Price. Offerors must complete and submit the "Attachment 6_Section B _ Price Schedules 1-6 updated 4.17.26" Excel spreadsheet as part of their proposal, ensuring maximum values are reflected for Schedules 1-5.
Key Clarifications
Recent Q&A and amendments clarify several aspects:
- Work Schedule: Task order work must be performed between October and February.
- Labor: SPRAT/IRATA rope access technicians are classified under "Laborers (Group 3)". Crew rates require a minimum of four technicians on site.
- Materials: Galvanized cabling is an option, but stainless steel cable is required for wire rope due to corrosion risks. Galvanic compatibility is essential.
- Site & Equipment: Equipment in the spillway cannot exceed 7,000 lbs; the bridge over the spillway has a 12-ton capacity.
- Contractor Proposals: Bidders are to propose shotcrete thickness, anchor/bolt specifications, and anchor testing quantities in their Task Order Statements of Work.