INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT ENGINEER SERVICES ? NATIONAL USACE_WIDE DAM SAFETY MODIFICATION MANDATORY CENTER OF EXPERTISE ? INSTRUMENTATION / AUTOMATED DATA ACQUISITION SYSTEM
ID: W9123724R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST HUNTINGTONHUNTINGTON, WV, 25701-5000, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking submissions for an indefinite delivery contract related to the National USACE-wide Dam Safety Modification Mandatory Center of Expertise. The focus is on instrumentation and automated data acquisition systems. This contract opportunity is open to businesses that can provide engineering services specializing in designing and implementing innovative solutions for dam safety modifications.

    The scope of work involves the development and delivery of advanced instrumentation and automated data acquisition systems. The selected vendor will work closely with the Dam Safety Modification Mandatory Center of Expertise, providing expert consultation and tailored solutions. The key tasks include designing, installing, and configuring systems tailored to the specific needs of each dam, with a focus on improving data collection and analysis capabilities. The deliverables include both physical systems and expert reports or recommendations.

    To be eligible, applicants should have extensive experience in the field of dam instrumentation and automated data acquisition. Preferred qualifications include previous success in similar USACE projects, a strong track record of delivering customized solutions, and expertise in the latest technologies related to dam safety. Engineering firms with the necessary certifications and a deep understanding of industry best practices are encouraged to apply.

    The contract is financially estimated to be a significant opportunity, with potential earnings in the millions of dollars range. The contract type will be fixed-price and will be awarded based on the evaluation of past performance, technical approach, and price.

    Interested parties should submit their SF330s, which include a brief overview of their company's capabilities and past projects, along with any additional information that showcases their qualifications. The submission deadline is indicated in the attached synopsis document.

    The primary point of contact for any questions regarding this opportunity is Amy Davis, whose email is amy.l.davis@usace.army.mil, and the phone number is 304-399-5907.

    This contract opportunity is a great chance for experienced engineering firms to contribute to a nationally important mandate and secure a valuable partnership with the Department of the Army.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK), South Pacific Division (SP
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms for an Indefinite Delivery Contract (IDC) to provide hydrologic and hydraulic engineering services, with a total shared capacity of $49 million. The contract will support Civil Works projects primarily for the Sacramento District and other districts within the South Pacific Division, focusing on tasks such as reservoir modeling, flood risk management, and hydraulic analysis. This procurement is critical for enhancing water management and flood control systems, ensuring effective responses to hydrometeorological challenges. Interested firms should prepare for a solicitation release on or about September 25, 2024, and may contact Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further information.
    Magnolia Levee Dam Safety Modification
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting contractors for the Magnolia Levee Dam Safety Modification project in Magnolia, Ohio. The selected contractor will be responsible for providing all necessary materials, equipment, labor, and supervision to execute the levee dam safety modifications as outlined in solicitation W91237-24-B-0006. This project is critical for ensuring the structural integrity and safety of the Magnolia Dam, which plays a vital role in local flood control and water management. Interested contractors can reach out to Leslie Rowe at leslie.a.rowe@usace.army.mil or by phone at 304-399-5702 for further details regarding the procurement process.
    ENSLEY ENGINEER YARD STRINGOUT PROJECT
    Active
    Dept Of Defense
    The Ensley Engineer Yard Stringout Project, initiated by the U.S. Army Corps of Engineers, Memphis District (MVM), seeks to invite potential contractors for a firm-fixed price construction contract. The project involves a significant renovation of the Ensley Engineer Yard's Stringout, requiring partial demolition, dredging, and the construction of new marine structures. The key task is to construct a new eastern ramp and pile clusters, along with providing electrical and mechanical systems. The contract may involve off-site manufacturing and transportation of parts to the Ensley Engineer Yard for assembly. The Memphis District aims to identify experienced contractors, particularly small businesses, registered under NAICS code 237990 (Other Heavy and Civil Engineering Construction) with a size standard of $45 million. Interested parties should provide a concise summary of their recent relevant experience, including five references for similar work performed within the last five years. This market survey, due by 12 pm CDT on September 9, 2024, is a preliminary step to ascertain contractors' capabilities. It is emphasized that this is not a solicitation for proposals, and no funding will be provided for information submitted. The MVM district will handle the procurement process, and all communications should be directed to Jessica Lurry and Monica Moody via email. Businesses are encouraged to register in the System for Award Management (SAM) for potential contract awards. The USACE aims to gather information for strategic planning and does not guarantee any contracts. Respondents are advised to provide concise and relevant details as per the specified requirements.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project involves extensive work including the replacement of pumps, motors, and controls, as well as modifications to existing systems, structural improvements, and the installation of new mechanical and control systems. This construction contract, valued between $5 million and $10 million, will be awarded based on a Best Value Trade-off (BVTO) method, with a Fixed-Price Contract structure. Interested contractors should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further details.
    Rehabilitate Spillway Apron Slab at Oahe Dam, SD
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of the spillway apron slab at Oahe Dam in South Dakota. The project involves selective demolition of existing concrete slabs and walls, followed by the installation of new concrete patches, replacement of two 6" flood overflow check valves, and repainting of connection pipes. This initiative is critical for maintaining the structural integrity and operational efficiency of the dam, with an estimated construction cost ranging from $250,000 to $500,000. The contract is set aside entirely for small businesses, and interested bidders must submit sealed offers electronically by September 17, 2024, with a mandatory site visit scheduled for August 27, 2024. For further inquiries, contact Ariel Vogan at ariel.e.vogan@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    Chief Joseph Dam Iso-Phase Powerbus Units 1 -16
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting bids for the Chief Joseph Dam Iso-Phase Powerbus Units 1 - 16. This procurement involves the construction of specialized powerbus units, and interested contractors should refer to the attached solicitation document, specifications, and drawings for detailed requirements. The project is categorized under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, highlighting its significance in supporting critical infrastructure. For further inquiries, potential bidders can contact Londres Medranda at londres.medranda@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil, with the latter also reachable at 206-764-4481.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project involves site surveys, work plans, and construction services, focusing on the rebuilding of sector gear assemblies and the installation of refurbished machinery, all while adhering to strict safety and environmental regulations. The initiative is part of infrastructure improvements funded by the Bipartisan Infrastructure Law, with a contract value estimated between $500,000 and $1,000,000. Interested contractors must submit their proposals by September 16, 2024, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further details.
    PILE DIKE SINGLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for a Single Award Task Order Contract (SATOC) for Pile Dike Services, with a total capacity of $10 million over a five-year period. The contract aims to procure engineering services related to civil works projects, including design, inspections, and compliance with environmental regulations, specifically tailored for river training structures and habitat restoration in Oregon and Washington. This opportunity is significant for firms with expertise in hydraulic, structural, and environmental engineering, as it supports critical infrastructure projects while adhering to high standards of quality and safety. Interested firms must submit their qualifications using the SF 330 form by August 30, 2024, with inquiries directed to Kristel Flores at Kristel.M.Flores@usace.army.mil or Andrea Smothers at Andrea.K.Smothers@usace.army.mil.