Intent to Sole Source for Additional Title II (Construction Support) Services for Interior Drainage Area E, South Shore of Staten Island, NY
ID: W912DS25S0027Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY CORPS OF ENGINEERS
Timeline
    Description

    The U.S. Army Corps of Engineers, part of the Department of Defense, intends to modify a sole-source contract with Hazen & Sawyer for additional Title II (Construction Support) Services related to the Interior Drainage Area E project on the South Shore of Staten Island, New York. The procurement aims to secure engineering services that include reviewing contractor submittals and addressing Requests for Information (RFIs) to ensure compliance with construction requirements. This project is critical for managing stormwater runoff and includes the development of detention ponds and drainage structures to protect the area from coastal storm surges. Interested parties may submit capability statements by March 27, 2025, at 2:00 PM EST, to Nicholas P. Emanuel and Rito P. Sabanal via their provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    Long Run Watershed Stabilization Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Pittsburgh District, is seeking responses from qualified contractors for the Long Run Watershed Stabilization Project in McKeesport, Pennsylvania. The project involves excavation and removal of debris from existing culvert pipes, installation of new precast modular block gravity retaining walls, and restoration of disturbed areas, with a construction magnitude estimated between $100,000 and $250,000. This Sources Sought Notice is intended for planning purposes only, and interested contractors must submit their intent to bid, capability statements, bonding capacity, and relevant certifications by 10:00 AM ET on December 23, 2025, to Aaron Barr at aaron.m.barr@usace.army.mil, with a copy to Leanna Lesefka at leanna.c.lesefka@usace.army.mil.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorado and Toa Baja, Puerto Rico.
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Rio Del La Plata Flood Control Project, specifically for Supplemental Contract 1 in Toa Baja and Dorado, Puerto Rico. This project aims to protect local communities from frequent flooding by constructing major features such as levees, channel widening, and culvert structures, along with various minor drainage management features. The estimated construction cost ranges from $250 million to $500 million, with a performance period of approximately 1,619 calendar days from the Notice to Proceed. Interested vendors should contact Jaclyn Yocum or Meranda Booth for further details, and proposals will be due around March 20, 2026, following the solicitation release on December 22, 2025.
    Sources Sought - Fire Island Inlet to Montauk Point (FIMP) 7a
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking qualified small businesses for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, a nonstructural home elevation project in Suffolk County, New York. The objective is to elevate 10 to 15 homes to the Design Flood Elevation to mitigate flood risk, with an estimated construction cost ranging from $2 million to $45 million, encompassing initial screening, design, construction, and post-construction activities while adhering to various building codes and addressing site-specific challenges. Interested contractors, particularly those certified as 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Businesses, must submit a confidential survey detailing their qualifications and approach by November 24, 2025, to inform future acquisition strategies. For further inquiries, contact Michael McCue at michael.l.mccue@usace.army.mil.
    Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, focusing on elevating residential structures in Suffolk County, New York. This project aims to mitigate coastal storm risks by raising existing homes to specified flood elevations, requiring contractors to adhere to strict design and construction standards, including the submission of a Project Labor Agreement as mandated by Executive Order 14063. The procurement process emphasizes the importance of experience with residential structures and will evaluate proposals based on past performance and technical approach. Interested parties must submit their proposals by January 9, 2026, at 2:00 PM EST, and can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil.
    West Shore Lake Pontchartrain WSLP 114
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New Orleans District, is soliciting bids for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project, specifically for the Reserve Relief & I-55 Pump Stations and Drainage Structures (WSLP-114) in St. John the Baptist Parish, Louisiana. This procurement involves extensive construction work, including clearing, grubbing, and the construction of various civil, mechanical, and electrical installations, with an estimated contract value between $250 million and $500 million. The project is critical for enhancing flood management and infrastructure resilience in the region, addressing the ongoing risks associated with storm damage. Interested contractors must submit their bids by December 17, 2025, at 9:30 AM CST, with a virtual bid opening scheduled for the same day at 10:30 AM CST. For further inquiries, contact Amy C. Feemster at amy.c.feemster@usace.army.mil or 504-862-2002.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    C1DA--NRM-AE 630-26-801 Plumbing GF Mitigation (Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide design and construction services for the Plumbing GF Mitigation project at the Margaret Cochran Corbin Campus in New York, NY. The project aims to address persistent flooding and plumbing issues on the ground floor, requiring comprehensive investigation, solution development, and construction administration services. The estimated construction cost ranges from $5,000,000 to $8,000,000, with a firm fixed-price contract anticipated to be awarded on or before April 30, 2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications electronically via SF 330 by January 15, 2026, and are encouraged to contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov for further inquiries.