MT-DILLON BOAT DOCKS
Sources Sought Announcement
Dillon Boat Docks
Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds, Dillon, Montana
General Information
Contract Opportunity Type: Sources Sought (Original)
All Dates/Times are: (UTC-6:00) Mountain Daylight Time (MDT)
Classification
Responses Due: 8/6/2025, 3:00 PM MDT
Product Service Code (PSC): 1945, Pontoons and Floating Docks
North American Industry Classification System (NAICS) Code: 488310, Port and Harbor Operations (Waterfront terminal operation (e.g., docks, piers, wharves)
Small Business Size Standard: $47 Million
Description
This is a Sources Sought Announcement for Dillon Boat Docks at the Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds, Dillon, Montana (MT). This announcement is being issued for market research and advanced planning purposes. Proposals/quotes are not requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE.
The Bureau of Reclamation (Reclamation), Missouri Basin Region, Billings, MT, has a requirement for the supply and delivery of two (2) new complete steel rolling/floating courtesy docks for the Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds. The Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds are located approximately 20 miles south of Dillon, MT.
The supplies required include:
1. Quantity 1: Courtesy Boat Dock 8 feet wide by 60 feet long
2. Quantity 1: Courtesy Boat Dock 8 feet wide by 40 feet long
3. Quantity 2: Delivery and Set-up
Salient characteristics minimums for supplies include:
The new complete steel rolling/floating courtesy docks shall meet environmentally preferable attributes to the maximum extent practicable without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The courtesy boat docks shall meet or exceed the following options and salient characteristics:
1. Floating and rolling dock that can easily be put into the water and removed using a ½ pickup with a standard ball hitch or a utility tractor. Hitch system must be compatible with existing system currently used by Reclamation. Contractor shall provide 2 hitches with courtesy docks.
2. Length ¿ One dock will be 40 feet long and the second will be 60 feet long.
3. Width ¿ Both will be 8 feet wide
4. Docks shall be capable of withstanding winds of at least 50 miles per hour from any direction and the accompanying wave action with minimal deflection of dock both horizontally and vertically. A flow-through design shall be used to reduce wave impact and wind resistance.
5. The approach ramp shall be continuous across the entire width of the dock, shall be hinged, and shall be capable of being removed easily. The ramp shall be capable of folding back for moving the dock. The ramp shall be level side-to-side and with water fluctuations capable of self-maintaining on a boat ramp slope of 1:12 or less to accommodate handicap use. The ramp hinge shall intersect the top of the dock decking and produce a maximum ½-inch gap between ramp and dock deck.
6. The floating dock system, including approach ramp, shall be capable of being moved out of the water without the need to pull anchors, unhook cables, remove driven posts, etc. The dock system shall be designed without the need for fixed anchors in the reservoir bottom or shoreline. The docks shall be self-anchoring and self-aligning whenever it is moved.
7. The dock carrier frame and rollers shall be capable of moving over uneven and rocky shores and reservoir bottom and anchor the dock without creating any side slope on floating units.
8. The dock carrier shall be capable of supporting the entire floating unit for winter removal and storage on-site.
9. The dead load shall be the entire weight of the floating units, and all equipment called for in the plans and specifications.
10. Live load shall be the structural load for dock and ramp and shall be 50 pounds per square foot minimum.
11. The deck surface shall be concentrated 300 pounds plus 33% impact total (400 pounds) applied over an area 12-foot x 12-foot. Uniform load of 50 pounds per square foot, flotation load of 30 pounds per square foot. Deflection of ramp and deck to be a maximum of 1/180.
12. Frame shall provide sufficient built-in torsion resistance to positively prevent torsion, racking, and twisting by no more than 3 inches of variation in normal free board on the end of all deck units under normal load.
13. All floating units will have a structural metal frame to which the floatation, decking, hinges, and guided will be attached. Structural frames for floating units and carrier frame must be of all welded construction. Structural frames shall be a minimum of .120 cold formed square tube steel 1 ½ inch x 1 ½ inch minimum. Metal frame shall be powder coated a grey tone.
14. The floatation unites shall consist of a rectangular-shaped polyethylene case filled with formed-in-place polystyrene sealed to protect the foam form all sides. Flotation shall be positively fastened to the frame and be capable of easy removal and replacement. These units shall be placed within the protected areas of the unit to prevent any impact from vessels or persons. Flotation freeboard under dead load shall be 12-inches minimum. Freeboard under dead load and a live load of 30 pounds per square foot shall not be less than 8 inches.
15. The decking shall consist of 2-inch x 6-inch composite decking material placed perpendicular to the line of travel and fastened with at least two self-tapping screws at each structural cross support and countersunk, so the heads are slightly beneath the board surface. Gaps between boards shall not exceed ½ inch. Decking shall be grey in color.
16. Connections between floating units shall be flexible and capable of transmitting all loads and forces imposed upon the units. Connections shall not protrude above the level of the deck nor produce more than a ½-inch gap between decking planks. Connections shall be a continuous type hinge and pin secured in place to prevent it from coming loose.
17. Each floating unit shall have rub rails of 2-inch x 6-inch composite decking material on the frame even with the deck and bottom structural frame member. Round metal bull or bumper rail mounted 3-inches above the deck and shall run parallel along the entire outer edge of the deck.
18. The dock shall have a rolling anchor frame with a knee joint that allows for fluctuation of up to 18 feet as water level rises and lowers without movement of the dock.
19. Each boat dock shall be equipped with a loading rail to allow users easier access into and out of their boats.
20. The docking system shall have a 2-year warranty on all workmanship, structural components, decking and flotation.
21. The floats shall have a 100% non-prorated warranty for a minimum of 8 years against sinking, cracking, fragmenting, or loosing beads.
Delivery will be FOB Destination to:
Clark Canyon Reservoir
Beaverhead and Lewis and Clark Campgrounds
(See attached map for locations)
The Government is seeking responses and capability statements from interested small businesses, small disadvantages businesses (including 8(a)), women-owned small businesses, HUBZone small businesses, service-disabled veteran-owned small businesses, and Indian Small Business Economic Enterprises, who have the resources necessary to successfully supply and deliver these supplies. This procurement shall be awarded using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services. The NAICS code for this order is 488310, Port and Harbor Operations (Waterfront terminal operation (e.g., docks, piers, wharves), with a small business size standard of $47 million.
It is anticipated the proposed award will result in a Firm-Fixed-Price contract, to one (1) contractor.
All responsible sources that believe they have the capability to meet this requirement shall submit a capability statement along with their business profile to Contract Specialist, Sydney Oakes, at skessel@usbr.gov by 3:00 PM MDT, August 6, 2025, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.
For record keeping purposes, telephonic inquiries will not be accepted.
The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if a solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the results of this notice, is at the discretion of the Government.
SYSTEM FOR AWARD MANAGEMENT (SAM): Effective October 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database at the time they submit their offer. SAM registration and annual confirmation requirements must be accomplished through the SAM website at https://sam.gov/. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220.
Note: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications¿Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.