Navigation and Civil Works Data Analysis and System Support Professional Services
ID: W912HQ24R0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Navigation and Civil Works Data Analysis and System Support Professional Services under a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to provide comprehensive data analysis and system support services, including maintenance of data systems, trend analysis, and development of automated information systems, particularly for the Lock Performance Monitoring System and Dredging Information System. This initiative is crucial for enhancing the efficiency and effectiveness of navigation and civil works projects managed by the Army Corps of Engineers. Interested parties must register in SAM.gov and submit their proposals electronically, with a maximum estimated contract value of approximately $49.9 million and a deadline for questions set for October 24, 2024. For further inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Doug Pohlman at douglas.e.pohlman@usace.army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines services required for the U.S. Army Engineer Institute for Water Resources (IWR) under a Multiple Award Task Order Contract (MATOC) aimed at providing data analysis and system support for navigation and civil works. IWR seeks professional services for areas like data systems support, trend analysis, system maintenance, and the development of automated information systems (AIS). Key areas of work include supporting the Lock Performance Monitoring System, Dredging Information System, and related analytical applications. The contractor will maintain information security, comply with cybersecurity regulations, and manage contractor personnel. Requirements encompass non-personal services integration, subcontractor management, and effective personnel administration. Deliverables will include analytical reports, multimedia products, and training materials, all while ensuring compliance with Federal regulations. The document emphasizes the importance of maintaining data within U.S. jurisdiction and outlines strict security and safety measures that contractors must adhere to. The anticipated tasks require advanced subject matter expertise, and the contract aims to enhance the efficiency and effectiveness of the U.S. Army Corps of Engineers' navigation and civil works initiatives.
    The document outlines approved labor categories and qualifications for professional services related to Navigation and Civil Works Data Analysis. It specifies roles such as Senior Principal Investigator, Program Manager, Project Manager, various Software Engineers, Cybersecurity Engineers, and other specialized positions such as Planners, Engineers, and Scientists, each with defined responsibilities and minimum qualifications. The Senior Principal Investigator leads on complex water resources topics, necessitating a high level of expertise and substantial experience, while the Project Manager supervises project logistics and team resources. Technical roles focus on developing software and ensuring cybersecurity within the framework of water resource projects. The document emphasizes education prerequisites, ranging from high school diplomas to PhDs, accompanied by relevant professional experience. Overall, it aims to establish a structured approach to staff recruitment for federal grants, RFPs, and contracts concerning water resources management, ensuring qualified personnel handle tasks effectively and efficiently.
    The US Army Corps of Engineers (USACE) Past Performance Questionnaire (PPQ) is designed to collect evaluations of a contractor's performance on federal contracts. It requires contractors to provide detailed contract information, including their role (prime contractor, subcontractor, etc.), contract type, completion dates, and price variations. Clients assess contractors based on various criteria, such as quality of work, timeliness, customer satisfaction, management effectiveness, financial management, safety, and overall performance. The questionnaire includes specific adjectival ratings ranging from "Exceptional" (E) to "Unsatisfactory" (U), allowing clients to evaluate and provide feedback on the contractor's capabilities and adherence to contract requirements. Ultimately, the completed questionnaire aims to assist USACE in making informed decisions regarding contractor performance for future projects, ensuring accountability and quality in federal procurement processes. The document structure emphasizes both contractor and client input, promoting direct communication in the assessment process.
    The Small Business Participation Plan outlines requirements for offerors in federal procurement processes to ensure engagement of small businesses in contract performance. All bidders must complete a proposal that details the planned level of small business involvement, specifying whether they are large or small businesses and identifying relevant small business categories (e.g., Small Disadvantaged Business, Woman-Owned Small Business). Offerors need to indicate the percentage of work assigned to both large and small businesses, ensuring these total 100%. The plan also requires a detailed breakdown of work distribution among different small business categories, along with a list of services and supplies each participating small business will provide. Furthermore, offerors must describe their commitment to using small businesses, including any subcontracting plans, particularly for non-U.S. small businesses, which must comply with additional federal regulations. This plan emphasizes promoting small business participation in federal projects to enhance diversity and access to contract opportunities.
    The document outlines a Subcontracting Plan required for federal contracting, detailing the commitments and goals related to subcontracting with small businesses throughout the contract period. It defines two types of plans: Individual Plans, which cover specific contracts, and Master Plans, which serve as overarching frameworks. The plan emphasizes the importance of including Small Business Concerns, such as Small Disadvantaged Businesses, Veteran-Owned Businesses, and Women-Owned Businesses, in subcontracting opportunities. Key sections include subcontracting goals based on the total dollar value of the contract, methods for establishing these goals, and descriptions of projected subcontracted services. Furthermore, the plan mandates maintaining detailed records of subcontracting efforts and performance, while a designated Program Administrator oversees compliance and the execution of the subcontracting program. Assurances regarding cooperation with governmental studies, timely reporting, and maintaining equitable subcontracting opportunities are also outlined. Overall, this Subcontracting Plan serves to ensure small businesses are provided fair chances to compete for subcontracting roles, aligning with federal regulations and increasing participation in government contracts.
    This document outlines labor categories and associated costs for a federal government project, categorized into a base year and multiple option years. Each labor category has a specified estimated number of hours per year and a standard hourly labor rate, which begins at $10.00 and is subject to an annual escalation based on a 3% increase. The labor categories include roles such as Senior Principal Investigator, Program Manager, Project Manager, various engineering positions, and administrative roles. The increase in labor rates over the option years progresses from $10.30 in Year 1 to $11.26 by Year 4. The structure illustrates potential labor budgeting for government contracts, highlighting the importance of detailed financial planning and personnel allocation in proposal submissions for federal grants and RFPs. The consistent escalation of rates indicates considerations for inflation and cost of living adjustments in long-term government projects.
    The document outlines a Request for Proposal (RFP) for analytical and professional support services related to navigation and civil works data analysis, issued by the US Army Corps of Engineers. It specifies a firm-fixed-price contract with a base year and four optional years, focusing on labor and other direct costs. Bidders must provide detailed proposals, including technical approaches and qualifications, with a minimum order guarantee of $5,000 and a maximum estimated contract value of approximately $49.9 million. Key features include the negotiation of task orders for travel costs, which are subject to federal travel regulations, and stipulations regarding pricing for labor categories. Proposals must comply with submission instructions, including electronic formatting and deadlines. The document further elaborates on the evaluation criteria, contract clauses, and mandatory certifications, indicating the government's commitment to ensuring compliance with laws and promoting small business participation. Successful contractors will be responsible for their personnel management while adhering to quality control standards. This RFP represents the government’s effort to secure reliable and efficient analytical support for civil works operations.
    Similar Opportunities
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a firm-fixed price contract to obtain comprehensive data on commercial vessels for its Waterborne Navigation Program. The primary objective is to gather detailed vessel information, including specifications such as vessel type, dimensions, and operational status, which will aid in evaluating waterway improvements critical for both domestic and foreign trade. This initiative emphasizes the importance of accurate vessel databases to enhance decision-making in waterway management, ensuring efficient navigation and trade operations. Interested parties must submit their proposals, including technical details and pricing, by October 21, 2024, and all inquiries should be directed to David A. Kaplan or Quan Nguyen via email.
    MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.
    Corps Water Management System (CWMS) Database Authorization
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4LD USA HECSA office, is seeking qualified contractors for the Corps Water Management System (CWMS) Database Authorization. The procurement aims to establish a firm fixed-price contract for custom computer programming services under NAICS code 541511, with the specific tasks outlined in the Draft Performance Work Statement (PWS) provided. This initiative is critical for managing and facilitating government requests for proposals and ensuring compliance with governance standards, thereby optimizing funding opportunities and resource allocation. Interested parties are required to submit a capabilities statement and respond to the attached questionnaire, with submissions not exceeding 15 pages, to the designated contacts David A. Kaplan and Quan Nguyen by the specified deadline.
    W912BV24R0003
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for an Indefinite Delivery Contract (IDC) for architect-engineer services focused on hydrologic and hydraulic engineering/design, as well as related software development. This contract aims to support USACE's civil works mission, including flood risk management programs and various national and international initiatives. The total shared capacity for this Single Award Task Order Contract (SATOC) is set at $5,000,000, with a target of one contract reserved for small businesses. Interested firms must submit their proposals by November 18, 2024, at 10:00 AM CST, and can direct inquiries to Tyler Godwin at tyler.l.godwin@usace.army.mil or by phone at 918-669-7281.
    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)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms to provide hydrologic and hydraulic engineering services under an Indefinite Delivery Contract (IDC) valued at approximately $49 million. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support Civil Works Projects within the Sacramento District and other districts in the South Pacific Division, focusing on water control manual development and related engineering services. This unrestricted acquisition will result in the award of approximately four Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a minimum task order limit of $2,500 and a maximum of $6 million, with the majority of task orders expected to range from $150,000 to $6 million. Interested firms should note that the initial contracts are anticipated to be awarded around July 2025, and for further inquiries, they can contact Seth Teasdale at seth.k.teasdale@usace.army.mil or by phone at 719-366-1456.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Quality Management Information System (QMIS) to enhance quality management processes within the organization. The project encompasses a 10.5-month base year followed by four optional 12-month periods, requiring a comprehensive software solution that includes user access levels, automated workflows, and compliance with various ISO standards. This initiative aims to streamline operations, improve accreditation, and ensure adherence to established security measures, including FedRAMP certification for cloud vendors. Interested parties should contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation document.
    AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals from qualified architect-engineer firms for geotechnical engineering services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract within the Louisville District. The procurement aims to select a firm based on qualifications and relevant experience to conduct various geotechnical tasks, including soil drilling, laboratory testing, and foundation analysis, with a maximum contract value of $5 million over a five-year period. This opportunity is critical for ensuring the integrity and safety of military infrastructure in the region, emphasizing quality control and familiarity with local geological conditions. Interested firms must submit their proposals electronically by October 11, 2024, and are required to register in the SAM database for award eligibility; for further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
    FY 2024 IDIQ SATOC Atchafalaya Basin, Gulf Intracoastal Waterway (GIWW) and Miscellaneous Projects Cutterhead Dredge (OM24065)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Other Heavy and Civil Engineering Construction services for the FY 2024 IDIQ SATOC Atchafalaya Basin, Gulf Intracoastal Waterway (GIWW) and Miscellaneous Projects Cutterhead Dredge (OM24065). This solicitation will be issued as an Invitation for Bid (IFB) and the resulting contract will be a firm fixed price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a ceiling of $40M. The work involves providing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and disposal of shoal material in various Dredging Regions. The solicitation will be available on the SAM website and bidders must maintain an active registration in the SAM database to be eligible for the contract award. For more information, contact Karen Hargrave at karen.d.hargrave@usace.army.mil or Christopher Nuccio at christopher.m.nuccio@usace.army.mil.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    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.