R--SME PEER REVIEW - CORROSION MITIGATION
ID: 140R8125Q0028Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation seeks an independent scientific review of Technical Memorandum 8540-2024-13, which outlines corrosion mitigation strategies for buried metallic water pipes in its infrastructure. This document supersedes an earlier memorandum and marks a shift to a risk-informed approach for corrosion protection, evaluating various environmental and design factors. The review will involve three subject matter experts (SMEs) in corrosion engineering who will assess whether the proposed criteria for soil corrosivity are adequate and if the methods can ensure a service life of 50 to 100 years for the pipes. Key tasks include a virtual kickoff meeting, independent review of TM 2024, consideration of public commentary, and delivery of a consolidated report of findings. The contractor must demonstrate significant experience in conducting engineering reviews, and the SMEs must possess substantial qualifications, including a minimum of 25 years of relevant experience and specific professional licenses or certifications. The review aims to ensure compliance with industry standards, informed decision-making regarding corrosion prevention, and adherence to federal regulations. The contract duration is expected to be 90 days, with specified deadlines for deliverables and government oversight throughout the process, ensuring quality and timely completion of tasks.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Corrosion Prevention and Engineering Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking contractors to provide Corrosion Prevention and Engineering Services as part of a firm-fixed-price contract for the Soldier's Combat Capabilities Development Command (DEVCOM) and the Tank-Automotive and Armaments Command (TACOM) Corrosion Prevention and Control (CPC) Program. The objective of this procurement is to enhance corrosion prevention and mitigation strategies for military vehicles and equipment over a five-year period, requiring technical support in corrosion analysis, data collection, training, and program implementation. This initiative is crucial for maintaining the longevity and operational readiness of military assets, ensuring effective communication and documentation through structured deliverables such as progress reports and technical manuals. Interested parties should direct inquiries to Stephanie Douangmala at Stephanie.a.Douangmala.civ@army.mil or Jason Ladd at jason.d.Ladd.civ@army.mil, with proposals due by February 28, 2025.
    Independent Peer Reviews of US Army Corps of Engineers Water Resource Projects
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors to establish blanket purchase agreements (BPAs) for Independent External Peer Review (IEPR) services for its water resource projects. These services are essential for ensuring that scientific assessments of projects, such as feasibility studies and dam safety modifications, undergo independent review in compliance with governmental guidelines. The selected contractors will be responsible for forming expert panels, managing public comments, and delivering comprehensive reports, all aimed at enhancing the quality and credibility of USACE projects. Interested parties should contact David A. Kaplan at david.a.kaplan@usace.army.mil or call 703-428-8487 for further details and to ensure compliance with the necessary qualifications outlined in the Performance Work Statement.
    INDE - CHILLED WATER PIPING INSPECTION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a chilled water piping inspection at Independence National Historical Park in Philadelphia. The project aims to evaluate the condition and remaining service life of the park's chilled water piping system, which is crucial for maintaining the operational integrity of significant historical structures such as Independence Hall and the Liberty Bell. Contractors will conduct minimally intrusive inspections using video cameras and ultrasonic thickness measurement tools over a span of up to 1,000 feet of piping, with the inspection period scheduled from April 1, 2025, to May 16, 2025. Interested small businesses must submit their quotes electronically by March 20, 2025, and can contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325 for further information.
    FY25-Expert-Board-Reviews-01
    Buyer not available
    The Department of Agriculture, specifically the Risk Management Agency (RMA), is seeking qualified entities to participate in Blanket Purchase Agreements (BPAs) for actuarial and underwriting expertise related to federal crop insurance policies. The objective is to identify sources capable of conducting independent reviews of insurance policies, as mandated by the Federal Crop Insurance Act, ensuring compliance with statutory requirements for oversight and risk management in agricultural contexts. This initiative is crucial for maintaining the integrity and effectiveness of crop insurance programs, which play a vital role in supporting farmers and managing agricultural risks. Interested parties must submit their qualifications and relevant information by September 30, 2025, to the primary contacts Eugene Jackson and Brantt Lindsey via their provided email addresses.
    Third Party Science Neutral (TPSN) and Independent Science Advisory Panel (ISAP) for the Missouri River Recovery Program (MRRP)
    Buyer not available
    The Morris K. Udall Scholarship and Excellence in National Environmental Policy Foundation is soliciting quotations for Third Party Science Neutral (TPSN) and Independent Science Advisory Panel (ISAP) services to support the Missouri River Recovery Implementation Committee (MRRIC). The primary objective of this procurement is to provide independent scientific review and recommendations across natural and social sciences to aid decision-making for the Missouri River Recovery Program (MRRP). This initiative is crucial for enhancing environmental oversight and facilitating collaborative, science-based decision-making regarding the ecological recovery of the Missouri River and its tributaries. Interested parties must submit their quotes by March 24, 2025, with a total contract value of $430,000 for a one-year base period and four optional renewal years. For further inquiries, contact Terri L. Harrison at harrison@udall.gov or Crystal Janes at janes@udall.gov.
    B--International St. Mary and Milk River Study
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey, is seeking information from qualified entities regarding the International St. Mary and Milk River Study. This opportunity is categorized as a Sources Sought notice, aimed at identifying potential contractors who can provide scientific and technical consulting services related to water quality analysis. The study is crucial for understanding and managing water resources in the St. Mary and Milk River regions, which are vital for ecological and community health. Interested parties are encouraged to reach out to Philip Robinson at probinson@usgs.gov for further details, although specific funding amounts and deadlines have not been disclosed at this time.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with specific tasks outlined in the Statement of Work (SOW) including infrastructure verification and installation of new components. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to federal regulations and environmental compliance standards. Interested contractors must submit their proposals by February 26, 2025, with the performance period set from March 1, 2025, to June 30, 2025. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    NGWSP REACH 1 PIPELINE REPAIRS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the "NGWSP REACH 1 PIPELINE REPAIRS" project, which involves repairing a 4.8-mile section of a 42-inch ductile iron pipeline in New Mexico as part of the Navajo-Gallup Water Supply Project. The project requires contractors to perform various tasks, including joint repairs, valve replacements, and the installation of necessary structures, all while adhering to strict safety and environmental protocols. This initiative is crucial for enhancing water distribution infrastructure in the region, ensuring compliance with federal regulations, and supporting local communities. Interested small businesses must submit their sealed offers by the specified deadline, and for further inquiries, they can contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790.
    Repair of Sodium Hypochlorite Storage Tanks
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.