C--WY BRIDGE INSPECTIONS
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 Bureau of Reclamation, Great Plains Regional Office (under the Department of Interior) is soliciting proposals for WY Bridge Inspections (Solicitation 140R6026Q0042). This Total Small Business Set-Aside opportunity seeks inspection services for four inaccessible bridges located at Bureau of Reclamation dam sites in Wyoming. Proposals are due April 10, 2026, at 11:00 AM CDT.
Scope of Work
The contractor will provide inspection and reporting services for four specific inaccessible bridges: Boysen Dam Power Intake, Seminoe Spillway, Alcova Spillway, and Buffalo Bill Spillway. Inspections must focus on inaccessible areas including the sides and undersides of decks, superstructures, and bearings, extending at least 10 feet below abutments.
Key requirements include:
- Utilizing high-resolution imaging (20 Megapixels or better) and non-destructive testing methods such as repetitive sounding or ultrasonic for concrete and steel girders (for cracking and corrosion).
- Inspections must be completed by an NHI licensed bridge inspector, with certification submitted.
- Deliverables include a detailed bridge inspection report for each bridge, containing findings, condition ratings, crack mapping (0.012 inches and wider), and all associated inspection data. Draft reports are due within 30 days of inspection completion, and final reports within 30 days of receiving comments.
- Data submission (stitched photos with linear scale, individual photos) is required via Kiteworks within 10 days of the final report.
- A Safety Plan (RSN-1) and Equipment demonstration (RSN-2) are required prior to on-site work. The contractor is responsible for providing all inspection and safety equipment.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: June 1, 2026, to September 30, 2026
- Set-Aside: Total Small Business
- NAICS Code: 541330 (Engineering Services) with a $25.5 million size standard
- Product Service Code: C213 (A&E Inspection Services (Non Construction))
- Proposal Due Date: April 10, 2026, at 11:00 AM CDT
- Submission Method: Email to Natalie Oslund (natalie_oslund@ios.doi.gov)
Evaluation Criteria
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering Technical (Factor 1) and Past Performance (Factor 2) as approximately equal and more important than Price (Factor 3). Technical requirements include providing a certified bridge inspector certificate and detailed means and methods. Past performance will be evaluated based on similar projects completed in the last 5 years.
Amendments & Notes
Amendment 0001, posted April 1, 2026, provides answers to industry questions regarding the Statement of Work, inspection methods, and access for inaccessible areas. It confirms that the original closing date and time for receipt of quotations and the period of performance remain unchanged. All companies must be actively registered in SAM.gov prior to quotation submission. A non-disclosure agreement (RSN-6) is required to obtain bridge plans. Security requirements include obtaining a Government-issued identification card for facility access.