GSL Support Services Contract
ID: W912HZ25R0003Type: Solicitation
Overview

Buyer

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

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Engineer Research and Development Center (ERDC), is soliciting proposals for the GSL Support Services Contract, aimed at providing essential support services for the Geotechnical and Structures Laboratory (GSL) located in Vicksburg, Mississippi. The contract, which will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period, seeks contractors to assist in research, development, testing, and evaluation tasks that support Army and DOD missions across various technical areas, including pavements, materials, and explosive effects. With a total contract value of up to $20 million, the procurement is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the importance of compliance with safety and performance standards. Interested parties must submit their proposals by 12:00 PM on May 14, 2025, and can direct inquiries to Janalyn Dement or Christy Love via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation No. W912HZ25R0003 for GSL Support Services, specifically revising Section M, the Evaluation Factors for Award. It outlines changes related to the evaluation of proposals submitted for a planned Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) with a total capacity of $20 million. The proposals will be assessed based on three main factors: Technical Capability, Past Performance, and Price. Technical Capability includes the Management and Technical Approaches for a Sample Task Order, focusing on the offeror's understanding of requirements and their organizational efficiency. Past Performance will consider recent and relevant records, evaluating the offeror's history in similar contracts. Price will be analyzed to ensure fair and reasonable pricing. The amendment emphasizes that award decisions will focus on the overall value rather than solely the lowest price, advocating for a combination of quality, performance, and pricing to determine the most advantageous offer for the government. The structure is organized into clear sections detailing procedural guidelines, evaluation metrics, and factors contributing to proposal assessment.
    The document is an amendment to Solicitation No. W912HZ25R0003 related to GSL Support Services, issued to clarify that offerors may propose additional labor categories. It updates the response deadline from May 7, 2025, at 12:00 PM to May 14, 2025, at the same time. All other terms and conditions specified in the original solicitation remain unchanged. The amendment must be acknowledged by the offerors to avoid rejection of their proposals. This process aligns with federal contracting procedures and emphasizes the need for strict adherence to deadlines and formal acknowledgment protocols. The document serves to streamline the bidding process for potential contractors while ensuring clarity and compliance with established federal regulations.
    The government document outlines labor categories required for a specific acquisition, allowing offerors to propose additional categories as needed. Each category must include detailed descriptions and hourly/overtime rates for a five-year period, categorizing roles into three levels for both professional and technician roles, as well as including positions like technical/grammatical editors and administrative assistants. The information must align with the provided government standards. Furthermore, the document incorporates FAR Clause 52.217-8, detailing optional rates for these labor categories. This format establishes a clear structure for submissions, ensuring that all proposed labor categories are well-defined and compliant with government acquisition requirements, promoting flexibility in fulfilling the government's needs while maintaining a standardized approach to pricing and roles.
    The document outlines Solicitation No. W912HZ25R0003, which seeks contract proposals for support services at the U.S. Army Engineer Research and Development Center (ERDC). The primary goal is to procure a contractor capable of providing technical and administrative support for various research and development activities in civil and military engineering. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract has a five-year ordering period with a maximum value of $20 million and a minimum guarantee of $2,500. Key tasks include conducting technical reviews, performing laboratory experiments, and logistical support across different fields, including structural dynamics and materials science. The contractor is required to maintain a DOD SECRET Facility Clearance and is expected to employ personnel with relevant educational qualifications and extensive experience. The contract emphasizes the importance of compliance with safety, employee conduct guidelines, and timely delivery of services, with performance data assessed quarterly for quality and satisfaction. Guidelines for travel, billing, and reporting requirements are specified, with an emphasis on both contractor and government responsibilities. Overall, this solicitation reflects the Army's focus on enhancing research capabilities through strategic partnerships with capable contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Commerical Solutions Opening - GRL
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    W912EE26RA006 - Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Dept Of Defense
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at enhancing civil works operations. The primary objectives include addressing maintenance of navigation channels, improving materials and repair methods for navigation structures, and developing solutions for sedimentation prediction and flood risk management. This initiative is critical for maintaining navigability and safety in U.S. waterways, with specific focus areas including the maintenance dredging of the Vermilion River in South Louisiana, which faces unique environmental and logistical challenges. Interested parties should submit solution briefs by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    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 Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    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)
    Dept Of Defense
    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.
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).