Range 88 Dip Tank, Fort Bliss, Texas
ID: W9126G25R14EMType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified contractors for the construction of a new dip tank at Fort Bliss, Texas. This project aims to replicate the capacity of an existing dip tank and must comply with state and national codes across various disciplines, with an estimated cost between $1 million and $5 million and a duration of approximately 420 days. The opportunity is particularly focused on engaging small businesses, including those in the 8(a), HUBZone, SDVOSB, and WOSB categories, to gather information for the acquisition strategy ahead of the anticipated solicitation release in June 2025. Interested firms must submit their qualifications by March 3, 2025, and are encouraged to monitor the System for Award Management (SAM) for updates; for further inquiries, they may contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers – Fort Worth District issued a Sources Sought Notice for the construction of a new dip tank at Fort Bliss, Texas, with the intention of gathering information from potential contractors to inform acquisition strategy. This market survey seeks interest and qualifications from firms, especially those within the small business community, including those in the 8(a), HUBZone, SDVOSB, and WOSB categories. The project, a Design-Bid-Build contract, is estimated to cost between $1 million and $5 million, with a duration of approximately 420 days. The scope includes replicating the capacity of an existing dip tank, adhering to state and national codes across various disciplines. Interested parties must submit a response that includes their company information, project experience, business size, bonding capacity, and any joint venture arrangements. The anticipated solicitation release is around June 2025, with responses due by March 3, 2025. All interested firms must monitor the System for Award Management (SAM) for updates and are reminded of compliance requirements tied to government contracting. This notice serves as a preliminary measure to identify qualified contractors ahead of formal bidding processes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Channel to Harlingen Placement Areas 18 & 22 Improvements, Cameron County, Texas
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Galveston District, is seeking information from industry members regarding improvements to the Channel to Harlingen Placement Areas 18 and 22 in Cameron County, Texas. The project involves constructing drop outlet structures and necessary site improvements, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing local infrastructure and ensuring effective water management in the region. Interested firms, particularly small and veteran-owned businesses, must demonstrate relevant construction experience and submit their responses by February 14, 2025, with the anticipated solicitation expected around July 2025 and contract awards by September 2025. For further inquiries, contact Lillie Johnson at lillie.s.johnson@usace.army.mil or Traci Robicheaux at traci.d.robicheaux@usace.army.mil.
    Fort Johnson Horizontal MATOC HUBZone Pool
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Horizontal MATOC HUBZone Pool, a presolicitation notice for a 100% small business HUBZone set-aside contract. This opportunity involves the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at supporting horizontal construction projects, including the design and construction of roads, bridges, and various infrastructure improvements at Fort Johnson and potentially other USACE programs within the Southwestern Division. The anticipated Request for Proposal (RFP) will be issued around March 1, 2025, with a total shared capacity of $20 million and a minimum guarantee of $2,500, and interested HUBZone firms are encouraged to monitor the SAM.gov website for updates and to ensure their registration is current. For further inquiries, contact Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert E. Buchanan at CESWF-CT-PreawardProposal@usace.army.mil.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Underground/Aboveground Storage Tank Inspections, Testing, and Repairs/Upgrade Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide inspection, testing, and repair services for Underground Storage Tanks (USTs) and Aboveground Storage Tanks (ASTs) at the Dallas VA Medical Center. The objective of this procurement is to ensure compliance with environmental regulations while maintaining operational efficiency of the fuel systems, which includes training VA personnel and maintaining detailed compliance records. This contract, valued at an estimated total of $45 million, is set to begin on March 1, 2025, with options for up to four additional years, and is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further information, and note that a scheduled site visit will occur on February 6, 2025, at 9:00 AM CT.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Renovation of 11 H Barracks - McGregor Range, New Mexico
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms for the renovation of 11 H-Barracks buildings at McGregor Range in New Mexico. The project involves a comprehensive design-bid-build renovation to convert the existing barracks configuration into a U-shaped layout, ensuring compliance with current codes and standards, including updates to electrical, plumbing, HVAC systems, and the installation of a new fire suppression system, among other improvements. This renovation is critical for maintaining troop housing facilities and enhancing operational readiness. Interested firms must respond to this sources sought notice by February 28, 2025, with a project estimated between $25 million and $100 million, and the anticipated solicitation will be issued in the third quarter of fiscal year 2025. For further inquiries, contact Lindsay Chvilicek at lindsay.m.chvilicek@usace.army.mil or call 817-408-5319.
    FY25 CTPM Dredging with BU Placement
    Buyer not available
    The U.S. Army Corps of Engineers, Galveston District, is seeking industry feedback through a Sources Sought Synopsis for the FY25 maintenance dredging project at the Channel to Port Mansfield, Texas. This project involves the maintenance dredging of approximately 1.92 million cubic yards of material, along with the construction of a rip-rap breakwater, while adhering to strict environmental considerations to protect local wildlife. The estimated contract value exceeds $10 million, with a completion timeline of 240 days, and is targeted at small businesses, including various designated groups, to foster a competitive bidding environment. Interested firms must submit their capabilities and experience information by February 21, 2025, and are encouraged to contact Sarah Eisele or Traci Robicheaux for further inquiries.
    FY22 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY22 Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) project at White Sands Missile Range in Dona Ana County, New Mexico. This procurement seeks construction services with an estimated budget between $25 million and $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method to enhance missile assembly operations at the site. The project is critical for supporting military readiness and operational efficiency, requiring compliance with federal regulations and sustainability practices. Proposals are due by March 6, 2025, and interested contractors should contact Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further details.
    JBLM MDTF BLDGs 3223-3224 Construction Consolidation, Joint Base Lewis McChord, Washington
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking potential contractors for the construction consolidation of Multi Domain Task Force Buildings 3223 and 3224 at Joint Base Lewis-McChord, Washington. This project, estimated to cost between $25 million and $100 million, involves significant demolition and construction work to convert existing barrack buildings into operational facilities for a new command. The opportunity emphasizes the importance of participation from small businesses, including those classified as 8(a), Women-Owned, Service-Disabled Veteran Owned, and HUBZone firms. Interested businesses must submit their qualifications by February 19, 2025, and should be registered in the System for Award Management (SAM) to be eligible for future contract awards. For further inquiries, contact Andrea Jackson at Andrea.G.Jackson@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.