USACE IWR HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper - Maintenance and Support for HEC Java Software related to Ecosystems
ID: W912HQ24R0014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the maintenance and support of its HEC Java software, specifically the HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper, which are critical tools for ecosystem management. The contract aims to enhance software capabilities that assist in hydrologic analysis and water resource management, requiring the contractor to provide expertise in software development and civil engineering, evaluate software issues, perform bug fixes, and support field activities. This procurement is significant for advancing the government's water management capabilities while ensuring compliance with quality and operational standards. Proposals are due by September 18, 2024, and interested parties must be registered in SAM and adhere to all solicitation requirements; for further inquiries, contact Bart P. Dziadosz or David A. Kaplan via email.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personnel services contract for the United States Army Corps of Engineers (USACE) to maintain and support HEC Java software related to ecosystems, specifically HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper. The contractor will provide expertise in software development and civil engineering to enhance software capabilities that assist in hydrologic analysis and water resource management. Key tasks include evaluating software issues, performing bug fixes, supporting field activities, and enhancing functionalities. The contract emphasizes quality assurance through a comprehensive oversight and performance assessment plan, maintaining rigorous logging and reporting protocols for all activities. The period of performance spans 730 days following the award, with deliverables stored in the government-controlled repositories. The document further stipulates security, travel, and training requirements for contractor personnel, along with ownership rights for all materials produced under the contract. Overall, the PWS emphasizes the government's commitment to advancing its water management capabilities through enhanced software tools while ensuring compliance with quality and operational standards.
    The U.S. Army Corps of Engineers is seeking proposals for maintenance and support of its HEC Java software, including HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper, essential for managing ecosystems. This combined synopsis/solicitation is unrestricted, inviting both small and larger businesses, with a focus on custom computer programming services (NAICS 514511). The contract, to be awarded based on a firm fixed-price model, emphasizes technical capability, organizational management, past performance, and price. Proposals are expected to detail the technical approach, management structure, and relevant past projects, with submissions due by September 18, 2024. The contract performance period is 730 days from the award date. Key evaluation factors prioritize technical capability, followed by management structure and past performance, underscoring the importance of demonstrable experience in hydrologic engineering and related software development. Interested parties must be registered in SAM and adhere to all solicitation requirements to be considered for the contract.
    Similar Opportunities
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a total of 10.5 months, with the option for four additional 12-month periods. The procurement aims to centralize key functions and enhance quality management within USACE, thereby promoting business growth and reducing administrative burdens through effective management of quality-related activities. The software will include features such as dedicated user access, customizable workflows, and compliance with various ISO standards, with deliverables including user reports and upgrade notifications sent to the Contracting Officer’s Representative. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for commercial data services related to the World Fleet Vessel Register to support its Waterborne Navigation Program. The primary objective is to obtain comprehensive vessel data, including specifications for active, inactive, and newbuild vessels, which will assist in the economic and engineering evaluation of waterway improvements vital to U.S. trade. This initiative underscores the importance of precise data in enhancing USACE's decision-making processes regarding navigation system improvements, ensuring effective facilitation of domestic and foreign trade. Proposals must be submitted electronically by September 25, 2023, with inquiries directed to David A. Kaplan at david.a.kaplan@usace.army.mil or Quan Nguyen at Quan.Nguyen@usace.army.mil, and compliance with federal regulations is mandatory for contract eligibility.
    Waterborne Trade & Deep-Draft Vessel Service Data & Info Incorporating Geographic\AIS Tracking of Vessel Movements for Waterborne Transport Services Serving the US to Inform Economic & Engineering Evaluations of Waterways Under USACE Stewardship
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a contract to provide comprehensive waterborne trade and deep-draft vessel service data, which will incorporate geographic and Automatic Identification System (AIS) tracking of vessel movements. The objective is to support economic and engineering evaluations of federally-sponsored waterway systems critical to U.S. trade, requiring real-time or near-real-time tracking, detailed historical data, and specifications of various vessels and port facilities. This initiative is vital for enhancing navigation systems and improving maritime infrastructure, thereby supporting the nation's economic interests. Proposals are due by September 25, 2023, and must be submitted electronically; for further inquiries, interested parties can contact David A. Kaplan at david.a.kaplan@usace.army.mil or Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil.
    SUBSCRIPTION - EBSCO Upgrades and Additions
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE), is seeking to award a contract for the upgrade of its subscription to EBSCO Publishing's Business Source database services. This procurement aims to enhance access to the Business Source Ultimate database and additional EBSCO resources, including collections in business, engineering, architecture, and management, which will support USACE personnel in conducting comprehensive research and staying updated on relevant content through personalized alerts. The initiative underscores USACE's commitment to improving information services and resource access to bolster mission performance, with the base period of performance set from September 30, 2024, to September 29, 2025, and an option for one additional year. Interested firms that believe they can meet the requirements are encouraged to contact Erroll T. Foster at erroll.t.foster@usace.army.mil or Parker Condit at parker.condit@usace.army.mil within 15 days of this notice.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    Sources Sought - USACE - POHMMRP
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting market research for the Military Munitions Response Program (MMRP) and is seeking responses from small businesses for a potential Multiple Award Task Order Contract (MATOC) for the Honolulu District. The procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide Environmental Compliance and Remediation Services (ECRS) and other munitions-related services necessary for safe land and water use. This initiative is crucial for ensuring environmental safety and compliance in areas affected by conventional munitions. Interested parties can contact Keiara Roberson at keiara.d.roberson@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil for further information. The total program capacity for all awarded contracts is estimated at $46 million, with a contract duration of five years, including a 24-month base period and two option periods.