Crow Creek Stewardship
ID: W9128F25QA017Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Environment, Conservation and Wildlife Organizations (813312)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER WILDLIFE MANAGEMENT (F019)
Timeline
    Description

    The U.S. Army Corps of Engineers, Omaha District, intends to award a Firm-Fixed Price contract to the Crow Creek Sioux Tribe for the improvement of wildlife habitat on lands associated with the Big Bend Project in Fort Thompson, South Dakota. This service contract will involve the provision of labor, services, and equipment necessary for habitat enhancement, emphasizing the importance of conservation efforts in the region. The acquisition is being conducted as a sole source action under the authority of 10 U.S.C 2304(c)(1), with no solicitation being posted; interested parties must provide evidence of competitive advantage by 2 PM CDT on March 25, 2025, to be considered. For inquiries, contact Casey M. Barber at casey.m.barber@usace.army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Crow Creek Stewardship
    Currently viewing
    Special Notice
    Similar Opportunities
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for multiple repairs to Baldhill Dam, located near Valley City, North Dakota. The project aims to address critical structural issues, including stopping water infiltration through internal cracks, repairing concrete damage from freeze-thaw cycles, and replacing corroded tainter gate skin plate splice fasteners. This initiative is vital for maintaining the dam's integrity and ensuring the safety of surrounding communities, with an estimated contract value between $1 million and $5 million. Interested small businesses must submit their sealed proposals by March 19, 2025, and can direct inquiries to John P. Riederer at John.P.Riederer@usace.army.mil or by phone at 651-290-5614.
    Big Creek Site Stewardship
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the Big Creek Site Stewardship project located in Libby, Montana. This opportunity is specifically limited to the Confederated Salish and Kootenai Tribes (CSKT), who will be responsible for on-site monitoring services to document and manage the effects of vandalism on historical properties of cultural significance during the Libby Dam’s recreational season, which runs from April to mid-September. The contract will span from the award date through November 30, 2025, with potential extensions until the end of 2027, emphasizing the importance of preserving cultural heritage in alignment with federal regulations. Interested parties can contact Alfonso Nolasco at alfonso.nolasco@usace.army.mil or by phone at 253-244-0994 for further details.
    CRAINS ISLAND HABITAT RESTORATION AND ENHANCEMENT PROJECT (HREP) STAGE 3
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting proposals for the Crains Island Habitat Restoration and Enhancement Project (HREP) Stage 3. This project involves the construction of a side channel restoration, which includes excavations, embankments, and the placement of excavated materials in off-channel river locations. The initiative is crucial for enhancing local ecosystems and promoting conservation efforts in the region. Interested firms should note that this opportunity is set aside for small businesses, and they can reach out to Michelle Person at michelle.r.person@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further inquiries. The project is currently open for bidding, with amendments providing additional details and updates available for review.
    Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for cleaning and janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract requires the selected contractor to provide all necessary personnel, equipment, and materials to maintain the cleanliness and safety of recreation facilities, including tasks such as garbage removal, restroom sanitation, and ground maintenance. This initiative emphasizes the federal government's commitment to engaging small businesses, specifically Women-Owned Small Businesses (WOSB), in federal contracting opportunities. Proposals must be submitted electronically by 1400 CT on April 15, 2025, with the contract spanning one base year from April 30, 2025, to April 29, 2026, and four optional renewal years. Interested parties can reach out to Marc Proietto or Daniel D. Monahan via email for further inquiries.
    DK SHADEHILL REPLACE LADDERS PLATFORMS ELEC
    Buyer not available
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the replacement of ladders, platforms, and guardrails at Shadehill Dam in South Dakota. This project involves disassembling existing access structures and installing new safety devices, with an estimated cost between $250,000 and $500,000. The work is critical for ensuring safety and compliance with Bureau of Reclamation standards, and the contract is expected to last approximately 187 days, commencing shortly after the award. Interested contractors must register in the System for Award Management (SAM) and submit their bids by the specified deadline, with a pre-bid site visit scheduled for March 18, 2025. For further inquiries, contact Mitchell Frost at mfrost@usbr.gov.
    Saginaw CDF Incremental Dike Raising Phase II
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking contractors for the Saginaw CDF Incremental Dike Raising Phase II project. This procurement involves the construction services necessary for the incremental raising of dikes, which are critical for flood control and environmental protection in the region. The project falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is set aside for small businesses, ensuring that only qualified small business contractors can participate. Interested parties should contact Noah Bruck at noah.r.bruck@usace.army.mil or 313-226-2657, or Michelle Barr at michelle.barr@usace.army.mil or 313-226-2767 for further details.
    Intent to Sole Source for Additional Title II (Construction Support) Services for Interior Drainage Area E, South Shore of Staten Island, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), intends to sole source additional Title II (Construction Support) Services for 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 contract requirements. This project is critical for managing stormwater runoff and includes the development of detention ponds and drainage structures to enhance flood protection in the area. Interested parties may submit capability statements by March 27, 2025, at 2:00 PM EST, to Nicholas P. Emanuel and Rito P. Sabanal via the provided email addresses.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    Avian Data Support for the Department of Defense
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center, is seeking to negotiate a sole source contract with Duran Environmental Consulting, LLC for Avian Data Support services. The primary objective of this procurement is to provide non-personal services to organize and maintain training for the Avian Knowledge Network (AKN), which is mandated for use across all military services to support informed decision-making regarding species health and conservation measures. Interested parties are invited to submit capability statements, including pricing, by 2:00 PM Central Time on March 21, 2025, to the designated contacts, Crystal North and Sonia Boyd, via email. There are no set-aside restrictions for this opportunity, and the procurement falls under NAICS code 813312 with a small business size standard of $19.5 million.
    Notice of Intent to Sole Source - Medical Physicals for USACE Employees at Fountain City, WI Service Base
    Buyer not available
    The U.S. Army Corps of Engineers, St. Paul District, intends to award a sole source contract to Gundersen Lutheran Medical Foundation for the provision of Occupational Health Physicals for its operations and maintenance employees. This procurement is essential for ensuring that employees meet the necessary health standards required for their roles, thereby supporting the overall mission of the Corps. The decision to sole source this contract is based on the clinic's unique capabilities, including geographic exclusivity and access to existing employee medical histories, which are critical for continuity of care. Interested parties who believe they can fulfill these requirements are invited to respond within three days of this notice, with responses due by March 18, 2025, at 1:00 PM (CST). For further inquiries, contact John P. Riederer at John.P.Riederer@usace.army.mil or by phone at 651-290-5614.