VA- DAM BRG &SEISMIC SFTY-IDIQ-DAM SAFTY
ID: DOIFFBO250060Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: DAMS (C1KA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 7:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is conducting market research for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts focused on providing engineering services to support its Dam Safety Program across various locations in the United States. The procurement aims to secure services for Safety Evaluation of Existing Dams (SEED) inspections, levee safety assessments, and compliance with the National Environmental Policy Act (NEPA), among other tasks related to the management of approximately 16 high and significant-hazard dams and over 300 low-hazard dams. Interested firms are invited to submit capability statements electronically to Mr. Jerry Perry at jerry_perry@fws.gov by April 3rd, 2025, at 3:00 PM Eastern time, as this opportunity is for market research purposes only and does not constitute a solicitation for proposals.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
C--Land Surveying-Request for A-E Qualifications
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
USDA Forest Service -Region 1 AE Facility Design Services_Pre-solicitation
Buyer not available
The USDA Forest Service is seeking qualified engineering firms to provide Indefinite Delivery, Indefinite Quantity (IDIQ) contract services for professional engineering and design projects primarily in Montana, with potential work extending to North Dakota, Idaho, Washington, and South Dakota. The procurement aims to select up to ten firms based on their qualifications, specialized experience, capacity, past performance, and geographical presence to support various engineering disciplines, including architecture, civil, mechanical, and electrical engineering, focusing on the construction, maintenance, and renovation of facilities. This opportunity is set aside for small businesses, with a primary contract term of one year and four optional extensions, totaling a potential five-year engagement. Interested firms must submit their qualifications by May 15, 2025, and registration in the System for Award Management (SAM) is mandatory for eligibility. For further inquiries, contact Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.
Sources Sought - Mud Mountain Dam (MMD) Fish Passage Facility (FPF) Trucking Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small business firms to provide trucking services for the transportation of live salmonids from the Mud Mountain Dam Fish Passage Facility (FPF) to designated release sites in Enumclaw, Washington. The contractor will be responsible for supplying up to four trucks equipped to transport fish, ensuring compliance with safety regulations, and monitoring transport conditions, particularly dissolved oxygen levels, during operations scheduled from July to October 2025. This initiative is part of a broader effort to enhance fish populations and habitats, reflecting the government's commitment to environmental stewardship and effective resource management. Interested firms must submit their qualifications and contact information to Brantley Dowell at brantley.w.dowell@usace.army.mil by 12:00 PM PDT on May 2, 2025, and must be actively registered in the System for Award Management (SAM.gov).
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, Oregon. Contractors are required to submit sealed bids for a firm fixed-price construction contract, which includes providing all necessary labor, materials, and supervision to fulfill the project's specifications and drawings. This infrastructure project is significant for enhancing access and conservation efforts within the refuge, with a contract value estimated between $500,000 and $1 million, and work expected to commence on June 12, 2025, and conclude by December 31, 2026. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov and ensure compliance with all outlined requirements, including securing performance and payment bonds.
OK-OK ESFO-TSCS NEGOTIATIONS SUPPORT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide negotiation support for the Tulsa County Smelter Complex Natural Resource Damage Assessment and Restoration Case in Oklahoma. The contractor will be responsible for management, supervision, and non-personnel services, including preparing presentations, reviewing technical information, evaluating settlement offers, and drafting claims related to ecological and cultural damages. This contract is crucial for facilitating effective negotiations with potentially responsible parties and ensuring compliance with environmental laws, with a base period from May 1, 2025, to April 30, 2027, and an option for an additional year. Interested parties should contact William Fluharty at williamfluharty@fws.gov or 703-358-2631 for further details, and must adhere to the small business set-aside requirements outlined in the solicitation.
J--R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and a commitment to allocate 20% of awards to small businesses. This procurement is crucial for maintaining the operational efficiency of the FWS's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.