Site Stewardship IDIQ at Albeni Falls Dam
ID: W912DW25R11XVType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Historical Sites (712120)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking information from qualified firms regarding a forthcoming contract for professional cultural resource management services at the Albeni Falls Dam in Idaho. The primary objective of this Firm Fixed Price contract is to ensure compliance with the National Historic Preservation Act (NHPA) and the associated Systemwide Programmatic Agreement, focusing on the management of Historic Properties of Religious and Cultural Significance to Indian Tribes. This opportunity is particularly significant for the four tribes affiliated with the project, as it aims to facilitate their participation in preserving culturally important sites. Interested parties must submit a one-page capabilities statement by 12 PM PST on February 14, 2025, to Alfonso Nolasco at alfonso.nolasco@usace.army.mil, with the anticipated award date set for April 1, 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    St. Louis District 2025 Cultural Resources Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking information from qualified firms regarding the provision of cultural resources services for the St. Louis District, specifically for the year 2025. This Sources Sought notice aims to gather insights to inform the acquisition strategy, contract type, and competition feasibility for a potential Indefinite Delivery Indefinite Quantity (IDIQ) Small Business Set-aside contract focused on cultural resources support. The services are critical for the curation and management of archaeological collections, ensuring compliance with federal regulations and preservation of cultural heritage. Interested parties are encouraged to reach out to Jessica Nies at jessica.l.nies@usace.army.mil or call 314-331-8482 for further details and to contribute their information by the specified deadlines.
    Architect-Engineering (A-E) Geotechnical Related Services, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Seattle District is seeking qualified architect-engineering firms to provide geotechnical related services for large-scale civil works projects, including dams and levees, as well as complex military and interagency projects. The procurement aims to establish an Indefinite Delivery Contract (IDC) under PL 92-582 and FAR Part 36, focusing on specialized geotechnical, seismic, and investigative expertise. This contract is crucial for supporting various Department of Defense and USACE projects requiring detailed geotechnical investigations and analyses. Interested firms must submit their capabilities statements to Kyla Couch at kyla.m.couch@usace.army.mil by the specified deadline, with an estimated contract value of approximately $10 million and a performance period expected to commence in October 2025.
    REQUEST FOR PROPOSAL; HMIS RFP# 378119 CULTURAL AND HISTORIC RESOURCES PROGRAM SUPPORT (CHRP) ARCHAEOLOGY AND ARCHITECTURAL HISTORY SUPPORT - REPOST
    Buyer not available
    The Hanford Mission Integration Solutions, LLC (HMIS), under its contract with the U.S. Department of Energy, is soliciting proposals for Cultural and Historic Resources Program Support, specifically in the areas of archaeology and architectural history. The objective is to engage qualified subcontractors to assist in fulfilling national historic preservation requirements, including site monitoring, evaluations, and preparation of nominations for the National Register of Historic Places. This procurement is crucial for ensuring compliance with environmental and safety standards while preserving cultural and historical resources at the Hanford Site in Washington. Proposals are due by February 10, 2025, and interested parties should direct inquiries to Kristina Hamby at kristinaghamby@rl.gov or by phone at 509-376-3011.
    Albeni Falls Dam (AFD) Idaho Pollutant Discharge Elimination System (IPDES)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking an accredited laboratory to provide analytical services for the Idaho Pollutant Discharge Elimination System (IPDES) permit compliance at the Albeni Falls Dam in Oldtown, Idaho. The laboratory will be responsible for analyzing water samples for specific pollutants, including Oil and Grease, Polychlorinated Biphenyls (PCBs), Total Suspended Solids, Chemical Oxygen Demand, and Total Organic Carbon, ensuring adherence to established quality and accreditation standards. This procurement is crucial for maintaining water quality and human health in compliance with environmental regulations. Interested contractors must submit their proposals by 10:00 AM on January 29, 2025, with the contract expected to commence on February 14, 2025, and run for one year, with options for four additional years. For further inquiries, potential bidders can contact Xuejiao Sun at xuejiao.sun@usace.army.mil or Scott Britt at scotty.w.britt@usace.army.mil.
    Albeni Falls Dam Grounds Maintenance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for grounds maintenance services at the Albeni Falls Dam in Oldtown, Idaho. This contract, designated for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), aims to ensure the maintenance and enhancement of public recreational areas through effective landscaping services, including mowing, trimming, and debris removal. The contract is crucial for maintaining a safe and enjoyable environment for the public while adhering to environmental protection standards. Interested contractors must submit their quotes and past performance questionnaires by the specified deadlines, with inquiries directed to Londres Medranda or Camilla Allen via email. The contract is set to commence in March 2025 and spans five years, emphasizing the government's commitment to supporting small businesses in federal procurement.
    ALVIN BUSH DAM ROCK WALL STABILIZATION, CLINTON COUNTY, PENNSYLVANIA
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking expressions of interest from qualified construction contractors for the Alvin Bush Dam Rock Wall Stabilization project located in Clinton County, Pennsylvania. The primary objective of this procurement is to stabilize eroding rock walls at the dam, which pose risks to roadway integrity due to runoff and weathering, through tasks such as installing anchored concrete liner walls and conducting rock excavation. This project is significant for maintaining infrastructure safety and environmental integrity, with an anticipated value between $15 million and $18 million, classified under NAICS code 237990 for heavy construction. Interested contractors must submit their letters of interest by February 10, 2025, via email to the primary contact, Sharon Alexander, at sharon.l.alexander@usace.army.mil, or to Richard Driestadt at richard.a.driestadt@usace.army.mil, as no telephone inquiries will be accepted.
    Total Dissolved Gas and Temperature Monitoring Program (TDG)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting quotes for a Total Dissolved Gas (TDG) and Temperature Monitoring Program, specifically aimed at calibrating and maintaining government-owned TDG and temperature probes at Chief Joseph Dam in Washington, Libby Dam in Montana, and Albeni Falls Dam in Idaho. The contractor will also assist in deploying equipment for water quality research studies, ensuring compliance with environmental monitoring standards. This opportunity is exclusively available for small businesses under NAICS code 541620, with proposals due by 2:00 PM PST on February 21, 2025, and the contract expected to commence on March 1, 2025, with options extending up to three years. Interested contractors should contact Tyler Luke at tyler.j.luke@usace.army.mil or Brett Vegeto at brett.s.vegeto@usace.army.mil for further details.
    Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide planning and design services for civil works projects within the Kansas City and Omaha Districts. The procurement aims to identify firms capable of delivering a wide range of civil works planning and design documents, including environmental studies and specifications, to support military installations and other projects. This opportunity is significant for firms specializing in engineering services, as it involves a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract with a shared capacity limit of $95 million over a potential five-year period, extendable by two years. Interested firms must submit their capabilities packages by February 26, 2025, to the primary contact, Erick Ottoson, at erick.s.ottoson@usace.army.mil.
    B--Environmental and Cultural Resource Services
    Buyer not available
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    Mill Creek Diversion Dam Fish Ladder
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a fish ladder at the Mill Creek Diversion Dam in Walla Walla, Washington. This project aims to enhance fish passage while ensuring compliance with environmental regulations and flood control measures, with an estimated construction cost ranging from $10 million to $25 million. The procurement process emphasizes the importance of technical approach, past performance, small business participation, and price, with a firm-fixed price contract anticipated. Interested contractors must submit their proposals by February 10, 2025, and can direct inquiries to LeAnne R. Walling at leanne.r.walling@usace.army.mil or Chandra D. Crow at chandra.d.crow@usace.army.mil for further details.