Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
MODIFICATION

19 -- FY6 MT-Dillon Boat Docks

Notice Date
3/2/2026 12:05:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
 
ZIP Code
59101
 
Solicitation Number
140R6026Q0017
 
Response Due
4/2/2026 2:00:00 PM
 
Archive Date
04/17/2026
 
Point of Contact
Oakes, Sydney, Phone: 4062333647
 
E-Mail Address
SKessel@usbr.gov
(SKessel@usbr.gov)
 
Description
FY26 MT-Dillon Boat Docks 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; a proposal is being requested, and a written solicitation will not be issued. The agency number is 140R6025Q0017 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 (FAC) 2025-06, effective 10/1/2025. This solicitation is issued as a Sole Source to Damon Designs Inc in accordance with FAR 13.106-1(b)(1). The NAICS code for this requirement is 488310, Port and Harbor Operations (Waterfront terminal operation (e.g., docks, piers, wharves), with a small business size standard of $47 million. The PSC for this requirement is 1945, Pontoons and Floating Docks. The Bureau of Reclamation, Missouri Basin Region, Clark Canyon Reservoir, Montana (MT), 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. Delivery and set-up are required within 90 calendar days after receipt of the award. The boat docks shall meet the salient characteristics attached within this solicitation. The offer must meet the parameters and salient characteristics as outlined in the combined synopsis/solicitation to be considered technically acceptable. The salient characteristics are attached within the solicitation. 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. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this acquisition and is attached by addenda. Offeror shall include a completed copy of this provision 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 Federal Acquisition Regulation (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: Sole Source, the proposed product shall meet the salient characteristics list. Technical and past performance, when combined, are N/A. 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 offers 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 that the proposed award will result in a Firm Fixed-Price purchase order, to one offeror, Damon Designs Inc. Points of Contact Contract Specialist: Sydney Oakes, SOakes@usbr.gov Contracting Officer: Charlee Maurer, CAMaurer@usbr.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/792e001c9a3048bab1cd1d552d85f458/view)
 
Place of Performance
Address: Bureau of Reclamation Dillon Field Office, Dillon, MT 59725, USA
Zip Code: 59725
Country: USA
 
Record
SN07730742-F 20260304/260302230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.