Horizontal Directional Drilling and Installation Service
ID: W912HZ25Q7155Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

OTHER QC/TEST/INSPECT- FIBER OPTICS MATERIALS, COMPONENTS, ASSEMBLIES, AND ACCESSORIES (H960)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Engineer Research and Development Center, is seeking a contractor to provide Horizontal Directional Drilling (HDD) and installation services for underground fiber optic cables along the southern U.S. border, particularly in California, Arizona, New Mexico, and Texas. The contractor will be responsible for HDD for conduit installation beneath various terrains and water bodies, including tasks such as slurry removal and providing access points. This procurement reflects the government's commitment to enhancing technological infrastructure along the border, with an initial contract duration of one year and options for four additional years. Interested parties must submit their offers by April 16, 2025, at 1:00 PM CST, and can direct inquiries to Jon-Vincent Holden or David Ammermann via email.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 10:05 PM UTC
The Geotechnical and Structures Laboratory (GSL) of the US Army Engineer Research and Development Center is seeking a contractor to provide Horizontal Directional Drilling (HDD) and installation services for underground fiber optic cables along the southern U.S. border, specifically across California, Arizona, New Mexico, and Texas. The contractor will handle HDD for a conduit installation beneath various terrains and water bodies at specified depths, encompassing tasks like slurry removal and providing handholes for access points. The contract facilitates initial work spanning one year, with options to extend for an additional four years. Security and compliance requirements for contractors emphasize training, personnel vetting, and adherence to access control measures at federal facilities. Additionally, there are no sustainability requirements applicable to this contract. Overall, this RFP reflects the government's investment in technological infrastructure along the border and the critical need for secure and efficient project execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USBP El Centro Multiprotocol Label Switching Circuits & Internet Services
Buyer not available
The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking quotations for Multiprotocol Label Switching (MPLS) Circuits and Internet Services for four locations within the El Centro Sector in California. The objective is to enhance broadband connectivity by replacing existing T1 connections with secure MPLS connections, thereby improving communication infrastructure for operational effectiveness within the Border Patrol sector. Interested contractors must submit their quotations by April 28, 2025, at 5:00 PM EDT, and are encouraged to direct any questions to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov. The procurement is open-market and unrestricted, with a focus on providing the most advantageous quote based on technical acceptability and price.
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
Fiber Optic Cables
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to rebuild four fiber optic cables for the 580th Software Engineering Squadron (SWES) at Robins Air Force Base in Georgia. The contractor will be responsible for managing, manufacturing, and delivering these cables according to specified technical designs, as the existing cables have become compromised due to system updates. This procurement is crucial for maintaining effective communication systems within the military infrastructure. Interested vendors must register in the Joint Certification Program (JCP) to access bidset documents and submit their quotes by May 2, 2025, at 12:00 PM EST, with delivery expected within 60 days post-award. For further inquiries, vendors can contact Adam Hudson at adam.hudson.4@us.af.mil or Teresa Duval at teresa.duval@us.af.mil.
PROVIDE, INSTALL, AND MAINTAINS A 1GB ETHERNET BETWEEN BLDG 400, ROOM 1184, 1ST FLOOR, 400 GIGLING ROAD, SEASIDE, CA 93955/CCI AND BLDG 379, BELL ROOM 23, 470 C STREET, RANDOLPH AFB, TX 78150/CC2.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 1GB Ethernet service connecting two locations: Building 400 in Seaside, CA, and Building 379 in Randolph AFB, TX. Contractors are required to meet specific technical specifications, including the use of a fiber optic connection with 1000BASELX and LC connectors, while adhering to federal procurement regulations and performance standards. This telecommunications service is critical for ensuring reliable communication between the two sites, with proposals due by May 12, 2025, and a required service start date of September 8, 2025. Interested contractors can reach out to Shannon Scheffel or Dale Rupright via email for further inquiries.
Amend HC101324QA256-0001: SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET SERVICE BETWEEN SAN DIEGO, CA 92101 AND PALMDALE, CA, 93550
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet service between San Diego, CA, and Palmdale, CA. The procurement aims to secure reliable telecommunications services critical for government operations, with a service life modified to 60 months and a new service start date set for April 18, 2025. Interested contractors must submit their proposals by January 2, 2025, adhering to specific technical requirements and compliance standards, with the evaluation process focusing on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contractors can contact John Beckman or Dale Rupright via email at john.e.beckman.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
Install Diversity Fiber Connecting ITB 700 to Hangar 5 & Bldg. 404
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to furnish, install, and test two 12-strand Single Mode Fiber Optic Cables connecting Information Transfer Building (ITB) 700 to Hangar 5 and Building 404 at Dobbins Air Reserve Base in Georgia. This project, which is 100% set aside for small businesses, requires the contractor to provide all necessary equipment, materials, labor, and supervision while adhering to current telecommunications installation standards. The total contract value is estimated to be between $500,000 and $1,000,000, with a firm-fixed-price contract expected to be awarded, and a performance period of 365 calendar days. Interested parties should note that the solicitation will be available on or about April 17, 2025, with proposals due by May 21, 2025, at 2:00 p.m. EST. For further inquiries, contact Warren Derrick Deeds at warren.deeds@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@dobbins.af.mil.
Military Ocean Terminal Concord (MOTCO) Berms Construction and Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from industry regarding the construction and dredging project at the Military Ocean Terminal Concord (MOTCO) in California. This Sources Sought Synopsis aims to gather insights on the capabilities and qualifications of potential contractors, particularly those within the Small Business Community, to ensure adequate competition for the project, which involves the construction of earthen containment berms and dredging operations that require expertise in handling Unexploded Ordnance (UXO). The project is critical for supporting Department of Defense operations and has an estimated value between $10 million and $25 million, with responses due by 1:00 PM PDT on May 12, 2025. Interested firms should contact Lisa Ip at lisa.i.ip@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil for further details.
Y--Construction of Power Line
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (Not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting market research for the lease of a fully operated cutterhead hydraulic pipeline dredge, with a diameter of not less than 24 inches and a draft not exceeding 9 feet, for construction and maintenance dredging activities. This procurement aims to identify qualified firms capable of providing the necessary dredging services on various waterways, including the Mississippi River Harbors and the Red River Waterway, with a total capacity of up to $250 million over a five-year period. The dredging services are crucial for maintaining navigability and environmental management in these waterways, as they involve the removal of various materials such as sand, gravel, and debris. Interested contractors are encouraged to submit their responses by email to Andrew McCaskill at andrew.mccaskill@usace.army.mil by 12:00 PM Central Daylight Time on May 7, 2025, as this notice is for planning purposes only and does not constitute a commitment to procure services.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Mississippi River Southwest Pass, with potential operations in other areas of the New Orleans, Galveston, and Mobile Districts. This dredging service is crucial for maintaining navigable waterways, supporting commercial shipping and environmental management. The contract is estimated to range between $10 million and $25 million, with the solicitation expected to be issued around December 9, 2024. Interested vendors should register on beta.SAM.gov and may contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further information.