Horizontal Directional Drilling and Installation Service
ID: W912HZ25Q7156Type: 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
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking qualified contractors to establish multiple Master Blanket Purchase Agreements (BPAs) for Horizontal Directional Drilling (HDD) and installation services of underground fiber optic cable along the Southwest U.S. border, covering states such as California, Arizona, New Mexico, and Texas. The procurement involves drilling tunnels beneath various terrains, including concrete and riverbeds, and requires the installation of conduits, slurry removal, and documentation of as-builts, with a performance period of one year and the option to extend for up to four additional years. This initiative is critical for enhancing fiber optic infrastructure, ensuring compliance with federal security protocols, and maintaining safety standards throughout the project. Interested parties must submit their quotes and technical documentation by 1:00 PM Central Time on May 23, 2025, to the designated contacts, Jon-Vincent Holden and David Ammermann, with an estimated total capacity of $243,750 over the five-year period.

    Point(s) of Contact
    Files
    Title
    Posted
    The Geotechnical and Structures Laboratory (GSL) of the US Army Engineer Research and Development Center (ERDC) is seeking a firm-fixed price contract for Horizontal Directional Drilling (HDD) and installation of underground fiber optic cable along the Southwest U.S. border, covering California, Arizona, New Mexico, and Texas. The project entails drilling tunnels beneath concrete, rock, or paved roads up to 1 mile long and 4 feet deep, as well as under riverbeds. The contractor will handle HDD, installation of 4” conduits with Mule Tape, slurry removal, and documentation of as-builts, covering specified locations in Deconcini, AZ, and potentially extending into nearby states for an additional 11 miles. The performance period is set for 1 year, with an option to extend for up to 4 years. Security regulations mandate training and compliance for all contract personnel, including access control and suspicious activity reporting. The contract prioritizes safety measures and involves adherence to federal installation security protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3. This project entails the installation of approximately 1.8 miles of buried water transmission pipelines, including significant crossings over the San Juan River, Nenahnezad Bluff, Shumway Arroyo, and Chaco River, with a focus on addressing unique geological and environmental challenges. The contract is a Firm-Fixed Price (FFP) agreement, with a performance period from May 20, 2026, to September 21, 2027, and bids are due by 1:00 PM local time on February 25, 2026. Interested contractors should contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790 for further details.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Border Patrol Station-Freer, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    CDJ-BANDWIDTH-VPN FOR OPENNET JAN-DEC 2026
    Buyer not available
    The U.S. Department of State, through the American Consulate in Ciudad Juarez, Mexico, is seeking quotes for a 200 Mbps dedicated internet connection as part of a combined synopsis/solicitation. The procurement requires a high-end, professional-grade service that includes 24/7 technical support, a three-hour response time for help desk requests, and a four-hour on-site support capability, with specific technical requirements such as a terrestrial fiber optic connection and a gigabit LC multimode fiber connection. This service is crucial for maintaining reliable communication and operational efficiency at the consulate, ensuring 99.9% availability and compliance with various quality standards. Interested vendors must submit their quotes by December 18, 2025, at 12:00 PM MST, to cdjprocurement@state.gov, and must adhere to the specified requirements outlined in the solicitation and attached Scope of Work.
    FY26 Harlingen Placement Area (PA)13 and 10 Improvements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Galveston District, is seeking information from industry regarding the FY26 Harlingen Placement Area (PA)13 and 10 Improvements project. This sources sought announcement aims to gather insights on the capabilities and qualifications of potential contractors for construction work that includes raising a channel, installing inlet structures, and performing shoreline protection, with an estimated construction price range between $1,000,000 and $5,000,000. The project is critical for maintaining dredging facilities and ensuring compliance with safety and health regulations, with a performance period of 190 calendar days after the Notice to Proceed. Interested firms must respond by December 17, 2026, and can direct inquiries to Wes Baskovic at wesley.n.baskovic@usace.army.mil or Curtis Cole Jr. at curtis.cole@usace.army.mil.
    Pipeline Maintenance Dredging of the Matagorda Ship Channel in Matagorda and Calhoun Counties, Texas
    Buyer not available
    The U.S. Army Corps of Engineers, Galveston District Office, is seeking bids for the Pipeline Maintenance Dredging of the Matagorda Ship Channel in Matagorda and Calhoun Counties, Texas, under Solicitation Number W912HY26RA006. The project entails dredging approximately 1,738,000 cubic yards of material, with options for additional dredging, and is critical for maintaining navigational channels in the region. This full and open competition contract, valued between $25 million and $100 million, will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, with responses due in January 2026. Interested contractors must be registered with SAM.gov and have a NIST score in SPRS, and they can contact Ashley Griffin at ashley.l.griffin@usace.army.mil or Leslie Rubio at Leslie.Rubio@usace.army.mil for further information.
    FY25 IDIQ Hopper Dredge Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.