Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK), South Pacific Division (SP
ID: W9123824R0048Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms for an Indefinite Delivery Contract (IDC) to provide hydrologic and hydraulic engineering services, with a total shared capacity of $49 million. The contract will support Civil Works projects primarily for the Sacramento District and other districts within the South Pacific Division, focusing on tasks such as reservoir modeling, flood risk management, and hydraulic analysis. This procurement is critical for enhancing water management and flood control systems, ensuring effective responses to hydrometeorological challenges. Interested firms should prepare for a solicitation release on or about September 25, 2024, and may contact Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further information.

    Files
    No associated files provided.
    Similar Opportunities
    W912QR24R0083 - AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide geotechnical engineering services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected firm will be responsible for a range of activities including soil and rock drilling, geotechnical evaluations, laboratory testing, and stability analyses within the Louisville District Military Mission Boundaries. This contract, valued at up to $5 million over a five-year period, will be awarded based on demonstrated competence and qualifications, with task orders ranging from $25,000 to $400,000. Interested firms must submit their qualifications by 10:00 a.m. Eastern on October 11, 2024, and can contact Adyson Medley at adyson.medley@usace.army.mil for further information.
    USACE IWR HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper - Maintenance and Support for HEC Java Software related to Ecosystems
    Active
    Dept Of Defense
    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.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    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.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, specifically the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies within the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which encompasses a range of architectural and engineering tasks. This procurement is vital for ensuring that the necessary engineering support is available to meet the diverse needs of government projects in the region. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) to comply with federal requirements. For further inquiries, potential offerors can contact Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    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.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.