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 Bureau of Reclamation is soliciting proposals for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Rockfall Risk Mitigation Services across Montana and Wyoming. This opportunity is a Total Small Business Set-Aside and seeks to award at least three vendors. Proposals are due by April 22, 2026, at 5:00 p.m. EDT.
Scope of Work
Contractors will provide comprehensive rockfall hazard mitigation and stabilization services. This includes material procurement, labor, and technical services for inspection, reporting, cleaning, scaling, and the installation of permanent rockfall mitigation systems such as rock bolts, mesh, cable, and fences. Task orders will require a proposed statement of work, and there is potential for scaling large rocks onto project sites with government approval.
Contract & Timeline
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ), Firm-Fixed-Price. Task orders may be Firm-Fixed-Price, Time-and-Materials, or Labor-Hour.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: June 1, 2026, to May 31, 2031.
- Minimum Guarantee: $5,000.00 per awardee.
- Maximum Value: Up to $20,000,000.00 over the 5-year period.
- Proposal Due: April 22, 2026, 5:00 p.m. EDT.
- Questions Due: March 26, 2026, 5:00 p.m. EDT.
- Published Date: March 19, 2026.
Submission & Evaluation
Proposals for both the IDIQ awards and a concurrent Seed Task Order must be submitted via email. Evaluation will consider technical approach, safety plan, construction schedule, past performance, and price. Performance and payment bonds are required. Offerors must use the updated Price Schedule (Attachment 6), reflecting maximum values for Schedules 1-5 and indicating proposed states.
Additional Notes
Amendment 0002 updated the solicitation, including the question due date and details for a site visit for the Seed Task Order. The site visit is scheduled for April 8, 2026, at 1 p.m. MDT at Guernsey State Park Headquarters. Notification to attend is required by April 6th. Offerors must acknowledge all amendments. The Product Service Code is Z2PZ (Repair Or Alteration Of Other Non Building Facilities).