Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The agency number is 140R6025Q0064 and the solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-5.
This solicitation is a Total Small Business set-aside in accordance with FAR part 19. The NAICS code for this order is 488310, Port and Harbor Operations (Waterfront terminal operation (e.g., docks, piers, wharves); PSC 1945, Pontoons and Floating Docks, with a small business size standard of $47 million.
The Bureau of Reclamation, Missouri Basin Region, Clark Canyon Reservoir, Montana, has a requirement for the supply, delivery, and setup of two (2) new boat docks. The docks will be delivered and set up at Beaverhead and Lewis and Clark Campgrounds, Dillon, MT 59725.
The list of contract line item numbers (CLINs) and items, quantities, and units of measure includes: See attachment for full RFQ details.
a) Offer will be considered for award on the following Price Schedule, but no offer will be considered for award on only a part of the Price Schedule.
b) Offer is subject to the terms and conditions of this solicitation.
The required supplies must meet the parameters as outlined in the combined synopsis/solicitation to be considered technically acceptable.
Salient Characteristics
This solicitation is for the delivery of two (2) boat docks measuring 40 & 60-feet long.
1. Two floating modular docks:
a. Both docks shall be 8-feet wide.
b. One dock shall be 40-feet long and the second dock shall be 60-feet long.
c. Docks shall easily be removed using a ½ ton pickup with a standard ball hitch or a utility tractor. Contractor shall provide two (2) hitches with supplied docks.
d. Shall be self-anchoring, self-aligning when needed to be moved, no fixed anchors to pull, unhooking of cables, or removing driven posts.
e. Docks shall be capable of withstanding winds of at least 50 miles per hour from any direction and 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.
f. 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 the floating units.
g. Dock carrier frame shall be capable of supporting the entire floating unit for winter removal and storage on-site.
h. Approach ramp:
i. Shall be continuous across the entire width of the dock, capable of being removed easily, and hinged to fold back for moving dock.
ii. Shall be level side to side and with water fluctuations capable of self-maintaining on a boat ramp slop of 1:12 or less to accommodate handicap use.
iii. Hinges shall intersect the top of the dock decking and produce a maximum ½-inch gap between ramp and dock deck.
i. Specifications:
i. The dead load shall be the entire weight of the floating units, and all equipment called for in the plans and specifications.
ii. Live load shall be the structural load for dock and ramp, and shall be 50 pounds per square foot, minimum.
iii. 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.
iv. 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.
v. 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.
vi. The floatation units 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.
vii. 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.
viii. 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.
ix. 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.
x. 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.
xi. Each boat dock shall be equipped with a loading rail to allow users easier access into and out of their boats.
2. Warranties:
a. The docking system shall have a 2-year minimum warranty on all workmanship, structural components, decking and flotation.
b. The floats shall have a 100% non-prorated warranty for a minimum of 8 years against sinking, cracking, fragmenting, or loosing beads.
3. Service:
a. Delivery and set up of both docks will be serviced at Clark Canyon Reservoir, Beaverhead and Lewis and Clark Campgrounds (see map provided).
Delivery Information
Supplies shall be FOB destination and delivered/set up within 90 days after award to the following address:
Clark Canyon Field Office
1200 Hwy 41
Dillon, MT 59725
Contact: Charles Hueth, CHueth@usbr.gov, (406) 683-6472
Beaverhead Campground
Exit 44 on I-15, turn onto Hwy 324 briefly then left towards Beaverhead Campground
Lewis and Clark Campground
Continue onto Hwy 324 past the dam to the Lewis and Clark Campground
Statements to Offerors
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and is attached by addenda.
The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and outlines the specific evaluation criteria in paragraph (a) of that provision, and is attached by addenda.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and is attached by addenda.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and is attached by addenda.
Additional contract requirements or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices are attached by addenda. The applicable FAR, Department of the Interior Acquisition Regulation (DIAR), and Reclamation Acquisition Regulation (RAR) clauses and provisions are cited in this solicitation and attached by addenda.
Evaluation Criteria
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest price, and technically acceptable. To be considered technically acceptable, the proposed product shall meet the salient characteristics list.
Technical and past performance, when combined, are N/A.
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer¿s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
It is anticipated the proposed award will result in a Firm Fixed-Price purchase order, to one contractor.
RFQ Response Due Date and Time
All responsible small business sources that believe they have the capability to meet this need may submit a quotation along with business profile to Sydney Oakes at skessel@usbr.gov by 3:00 PM MDT, 12 September 2025, which shall be considered by the agency.
Points of Contact
Primary: Sydney Oakes, Contract Specialist, skessel@usbr.gov
Secondary: Charlee Maurer, Contracting Officer, camaurer@usbr.gov
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. Note: Registering in SAM does not constitute an automatic award of any contract or agreement to the registering contractor. SAM is a centralized database for consolidating the Central Contractor Registration (CCR), the Online Representation and Certifications Application (ORCA), and the Excluded Parties List System (EPLS).
Additionally, the contractor¿s business and financial information are required for SAM registration and annual confirmation requirements, which 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.
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.
Invoice Processing Platform (IPP) System
Payment requests for the anticipated contract or agreement must be submitted electronically through the U.S. Department of Treasury¿s ¿Invoice Processing Platform¿ (IPP) System via the IPP website at https://www.ipp.gov. Contractors are required to use the IPP website to access and use IPP for submitting request for payment. Registration assistance can be obtained by contacting the ¿IPP Production Helpdesk¿ via email ippgroup@bos.fbr.org or phone 1-866-973-3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor can submit a waiver request in writing to the Contractor Officer with its proposal.
Note: Waivers will be on a case-by-case basis and not automatically granted as determined by the Contract Officer. Please see Paragraph DOI-AAAP-0028 for more specific information on the process for submitting invoices in IPP.