IDIQ CAPACITY INCREASE FOR RIO DE FLAG FLOOD CONTROL PROJECT, CLAY AVENUE WASH DETENTION BASIN, COCONINO COUNTY, ARIZONA
ID: W912PL-15-D-0007Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST LOS ANGELESLOS ANGELES, CA, 90017-3409, USA

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Los Angeles District, is seeking to modify an existing contract with Tetra Tech, Inc. to increase the capacity for the Rio De Flag Flood Control Project in Coconino County, Arizona. This modification aims to enhance the IDIQ contract by $621,944.64 to complete the Final Design Material for the Mainstem Channel Improvements, incorporating previous work and addressing unanticipated design coordination efforts. The project is critical for flood risk reduction and is linked to interconnected city projects, with the total modification valued at $750,000. Interested parties can contact Otse A. Adikhai at Otse.A.Adikhai@usace.army.mil or by phone at 213-452-3248 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Los Angeles District, proposes a sole-source contract modification with Tetra Tech, Inc. for $750,000.00, increasing their IDIQ contract capacity by $328,055.36. This modification addresses the Rio de Flag Flood Control Project's Mainstem Channel Improvements in Coconino County, Arizona. The justification for this non-competitive action is based on FAR 6.302-1, citing that Tetra Tech is the original Architectural-Engineering firm, possessing unique institutional knowledge and acting as the Engineer of Record since 2018. Competition would cause unacceptable delays (estimated 10-12 months) and substantial duplication of costs, risking project funding, delaying flood risk reduction benefits, impacting interconnected city projects, and incurring redundant expenses for design materials and A-E liability. The modification covers unanticipated design coordination efforts due to an extended impasse with BNSF railroad and includes tasks such as revising final design materials, coordinating with city projects, and developing construction schedules. Market research was not conducted due to Tetra Tech's unique position as the original designer and Engineer of Record.
    Similar Opportunities
    Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorado and Toa Baja, Puerto Rico.
    Buyer not available
    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.
    Central City Bypass Channel North
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Central City Bypass Channel North project, currently under protest at the Court of Federal Claims. This opportunity involves construction services categorized under the NAICS code 237990, specifically focusing on the construction of canals as indicated by the PSC code Y1KB. The project is significant for enhancing local infrastructure and flood management capabilities. Interested contractors can access the solicitation and amendments via Projnet using the quick add key QY3BEZ-FFK9QQ, and should direct inquiries to Alexander Rust at alexander.g.rust@usace.army.mil for further information.
    Notification to the public of consolidation of contract requirements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services. This opportunity is specifically set aside for small businesses and encompasses a range of projects including Sustainment, Restoration, and Modernization (SRM), minor Military Construction (MILCON), and support for various military and civil works programs within the Southern California region. The contract, valued at up to $99 million, will last for five years and will allow for the construction, renovation, and maintenance of facilities at key military installations such as March Air Reserve Base and Edwards Air Force Base. Interested parties can reach out to Cameron Stokes at Cameron.Stokes@usace.army.mil or by phone at 213-452-3009 for further details.
    TAMPA HARBOR, DREDGE MATERIAL MANAGEMENT AREA 3-D SITE IMPROVEMENTS AND MAINTENANCE, HILLSBOROUGH COUNTY, FLORIDA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction and maintenance of improvements at the Tampa Harbor Dredged Material Management Area 3-D in Hillsborough County, Florida. This project involves the construction of two new weir structures, associated earthwork, repair of eroded dike sections, and modifications to existing weir infrastructure, with an estimated construction cost ranging from $5 million to $10 million. The procurement is crucial for enhancing the management of dredged materials and ensuring the structural integrity of the harbor facilities. Interested contractors must submit their bids electronically by December 12, 2025, at 1:00 p.m. EST, with a bid guarantee requirement and performance bonds stipulated. For further inquiries, contact Nicole Batista-Cruz at nicole.m.batista-cruz@usace.army.mil or Timothy Humphrey at Timothy.G.Humphrey@usace.army.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Technical Assistance Services and Construction Phase (Title II) Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking technical assistance and construction phase services for improvements to the Georgetown Reservoir Building as part of the Washington Aqueduct project. The procurement involves ongoing support for Construction Phase (Title II) Services, which includes responding to Requests for Information (RFI), reviewing shop drawings and submittals, and coordinating inspections and project close-out documentation. These services are critical for ensuring the successful execution and completion of construction projects related to water supply facilities. Interested parties can contact Keilow King at keilow.king@usace.army.mil or 443-853-2052, or Sharon Alexander at sharon.l.alexander@usace.army.mil for further details.
    Navajo Nation Erosion Control
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking to procure gravel for erosion control on the Navajo Reservation in Chinle, Arizona. The primary objective of this procurement is to purchase and haul gravel to the specified location to address erosion issues affecting the area. This initiative is part of a broader effort to provide direct aid to tribal governments, emphasizing the importance of maintaining and improving infrastructure within tribal lands. Interested vendors can reach out to Steven Warren at ernest.s.warren@usace.army.mil or by phone at 916-557-7277 for further details regarding this opportunity.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.