Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support
ID: W9132T25Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 CONST ENGRG LABCHAMPAIGN, IL, 61822-1072, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC-CERL), is soliciting proposals for Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support Services aimed at enhancing monitoring and early detection of harmful algal blooms (HAB) in Lake Okeechobee, Florida. The contract requires the contractor to provide equipment storage, setup, deployment, routine and incidental maintenance, surface water sampling, and analysis in accordance with EPA standards, with a performance period from February to December 2025. This initiative is critical for improving environmental response capabilities and ensuring compliance with safety and operational protocols during fieldwork. Interested parties must submit their proposals by January 15, 2025, and can direct inquiries to Olivia Farr at CERL-CT-Quotes@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a government procurement process related to custodial services, specifically outlining the government-furnished property (GFP) associated with a DoD contract. It includes details such as the contracting officer's contact information, contract modification specifics, and item descriptions related to the procurement instrument. Key items identified include observation buoys and various sensors and cables required for data collection, with specifics like quantities, acquisition costs, and item numbers. The document specifies serially and non-serially managed properties, their respective descriptions, and relevant NSN numbers. The purpose of this document is to facilitate the tracking and management of government property within the context of federal contracts, ensuring compliance with procurement regulations. It serves as a reference for managing items connected to this custodial procurement, detailing quantities and specifications necessary for the ordering process within government contracting frameworks. This structured approach to record-keeping is vital for maintaining accurate inventories and managing government assets effectively.
    This document outlines the procurement details for government-furnished property related to a custodial contract under the Department of Defense (DoD). Managed by Contracting Officer Andrea Thomas, it specifies the requisitioning of non-serially and serially managed items, including a variety of buoys, sensors, cables, and mooring accessories, alongside their quantities and acquisition costs. Key items include the Shore Science Basic Observation Buoy with data sondes and multiple Aqua TROLL sensors required for environmental monitoring. Delivery notes and unit measures are provided for clarity. The document serves as a reference for the contractual obligations and item specifications, ensuring compliance with federal acquisition regulations. It encapsulates the logistical needs for a successful operational setup in monitoring environments, demonstrating a structured approach to resource management within federal projects.
    The document details solicitation W9132T25Q0004 from the Engineer Research and Development Center (ERDC) for Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support Services. The objective is to enhance monitoring and early detection of harmful algal blooms (HAB) in Lake Okeechobee, FL. Services include equipment storage, deployment, routine and incidental maintenance, surface water sampling, and analysis, with a performance period from February to December 2025. Contractors must provide expertise in HAB dynamics and ensure compliance with safety and operational protocols during fieldwork. The contract emphasizes the necessity of collaborative governmental oversight, detailed reporting, and adherence to environmental guidelines, demonstrating a commitment to effective aquatic ecosystem management. The bidding process is open until January 15, 2025, with the aim to facilitate improved environmental response readiness.
    The document outlines a Request for Proposal (RFP) for Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support Services issued by the U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC-CERL). The objective is to gather subsurface data to develop a 3D harmful algal bloom (HAB) tracking dashboard for early detection and rapid response to harmful algal blooms at Lake Okeechobee, Florida. Key tasks include: storage of specialized HAB equipment, field support during the setup and deployment of equipment, routine and incidental maintenance of equipment, surface water sampling and analysis according to EPA standards, and eventual equipment retrieval. The contract includes requirements for personal protective equipment and safety measures for contractor personnel in the field. Furthermore, the contractor is expected to attend regular meetings, ensure compliance with government specifications, and handle governmental property with care. The contract period spans March to November 2025, during which continuous operations and maintenance will occur. Incorporating various federal regulations and conditions, the RFP emphasizes non-personal services and the contractor's obligation to adhere strictly to the terms set forth by the contracting officer, reinforcing the operational transparency and regulatory compliance necessary for environmental projects. This RFP demonstrates the ongoing federal commitment to addressing environmental concerns through structured contracting processes.
    This document consists of a series of questions and answers related to a federal government Request for Proposal (RFP) concerning environmental monitoring of a lake. The main focus is the deployment of data sondes on buoys for sampling, with a maximum of 12 sampling events planned, resulting in a total of 96 surface samples. The contractor will deploy these sensors in one specific area of the lake over three days, including assembly and calibration. Clarifications address logistical concerns, such as the provision of a pontoon by the contractor, who will also cover estimated fuel costs. Additionally, the specification for measuring microcystins is confirmed as using the ELISA method to analyze total microcystins. Overall, the document clarifies operational and logistical details crucial for executing the environmental monitoring tasks outlined in the RFP.
    The document addresses questions related to a federal Request for Proposal (RFP) focused on deploying data sondes and monitoring environmental conditions in a lake environment. The first question clarifies that a maximum of 12 buoys will be used for sampling, resulting in 96 total surface samples taken monthly during the study. The second question discusses the arrangement of sensor arrays across different ecoregions of the lake, with the current plan set to concentrate the deployment in one area over a maximum of 3 days. The final question pertains to the logistical support provided by the contractor, specifying that both the pontoon and necessary transport equipment will be supplied, including anticipated fuel costs in the proposal. This document outlines operational and logistical aspects critical to executing the project, ensuring clarity for contractors involved in the RFP process.
    The government solicitation W9132T25Q0004 outlines a request for proposals (RFP) for Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support Services by the Engineer Research and Development Center – Construction Engineering Research Laboratory (ERDC-CERL). The objective is to support the USACE Aquatic Nuisance Species Research Program in collecting subsurface data to develop a 3D harmful algal bloom (HAB) tracking dashboard for early detection and emergency response. Key requirements include equipment storage, setup, deployment, routine maintenance, incidental maintenance during deployment, surface water sampling and analysis, and eventual equipment retrieval. The contractor must ensure equipment safety, conduct monthly water sampling following EPA standards, and provide necessary personal protective equipment. Performance periods span from February 2025 to October 2025, with progress monitoring through regular meetings with government representatives. The RFP emphasizes the non-personal nature of contractor services, ensuring compliance with various regulations while engaging small or disadvantaged businesses for procurement. This initiative aims to enhance HAB monitoring capabilities through collaborative efforts between the contractor and governmental entities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2025 ERDC Broad Agency Announcement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC), is soliciting proposals under the 2025 Broad Agency Announcement (BAA) W912HZ-25-BAA-01 for innovative research in various fields, including hydraulics, geotechnical structures, environmental science, and information technology. The BAA aims to advance scientific knowledge and address pressing engineering challenges, with a particular emphasis on participation from educational institutions, non-profits, and small businesses, especially Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs). Proposals must adhere to specific preparation and evaluation criteria, and the ERDC encourages collaborative opportunities in international research to enhance the capabilities of the Army and the Department of Defense. Interested parties can contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil for further information.
    Freshwater Oil Spill Preparedness and Response Research FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the "Freshwater Oil Spill Preparedness and Response Research FY26" initiative, aimed at enhancing oil spill management strategies in the Great Lakes region. This opportunity focuses on advancing research in freshwater oil spill preparedness, response technologies, and alternative measures, addressing the unique environmental challenges posed by oil spills in freshwater ecosystems. With a funding limit of $250,000 per award, interested parties must submit white papers and technical proposals by March 31, 2025, with questions due by March 7, 2025. For further inquiries, potential applicants can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Spoon at William.D.Spoon@uscg.mil.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract aims to support environmental compliance and reporting requirements, focusing on marine species monitoring, including surveys and assessments related to protected species such as marine mammals and sea turtles. This initiative is critical for ensuring adherence to environmental laws and enhancing the understanding of marine ecosystems in relation to Navy operations. The contract has a maximum value of $75 million, covering a base year and four optional years, with proposals due by March 11, 2025. Interested parties can contact Nicole Smith at Nicole.smith100.civ@us.navy.mil or call 757-322-4649 for further information.
    Kelp & Beach Wrack Survey
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is seeking proposals for a Kelp & Beach Wrack Survey, aimed at assessing coastal ecosystems and their health. This presolicitation opportunity focuses on the collection and analysis of data related to kelp and beach wrack, which are critical components of marine environments that support biodiversity and coastal protection. The selected contractor will be responsible for conducting specialized studies and analyses, adhering to the standards set forth in the NAICS code 541380 and PSC code B599. Interested parties can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069, or Faith L LaGore at faith.l.lagore.civ@us.navy.mil or 760-793-3498 for further information regarding this opportunity.
    Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is preparing to solicit bids for the Comprehensive Everglades Restoration Plan, focusing on Contract 2 for the C-11 Impoundment and Mitigation Area A in Broward County, Florida. This project involves the construction of dam and levee embankments, water control structures, and mitigation areas, aimed at enhancing water management and ecological restoration within the Everglades ecosystem. The initiative is critical for maintaining environmental balance and improving regional water quality, with a projected contract value exceeding $500 million. Interested contractors are encouraged to review the draft plans and submit inquiries via ProjNet by March 14, 2025, with the formal solicitation expected to be released shortly thereafter. For further information, contact Ligaya Lowe at ligaya.m.lowe@usace.army.mil or Manuela Voicu at manuela.d.voicu@usace.army.mil.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    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 Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Buyer not available
    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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 10-2025 (OM25010)
    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. 10-2025 (OM25010). 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 Southwest Pass of the Mississippi River, with potential operations extending to other areas within the New Orleans, Galveston, and Mobile Districts. This dredging service is crucial for maintaining navigable waterways, ensuring safe passage for maritime traffic, and supporting regional economic activities. The estimated contract value ranges from $10 million to $25 million, with the solicitation expected to be issued around December 9, 2024. Interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.