USACE Forest Services MATOC
ID: W912EK23R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking proposals for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The contract aims to assist in forest management prescriptions and associated services, including planting, herbicide application, and site preparation, to enhance ecological conditions and promote sustainability in the region. This procurement is critical for managing natural resources effectively and ensuring compliance with environmental standards, with a total contract value not exceeding $9.5 million over a five-year period. Interested contractors must submit their proposals by May 28, 2025, and can direct inquiries to Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 2023 Beaver Island Habitat Rehabilitation and Enhancement Project (HREP) focuses on habitat management through thinning and planting in designated stands across approximately 121 acres. Stands A and B will undergo selective thinning and planting efforts to enhance species diversity, while Dredge Placement areas will focus on planting trees and shrubs, coupled with vegetation monitoring for invasive species. Timelines for activities are established, with initial tree cutting slated to start after October 1, 2023, and planting to occur before the ground freezes, with subsequent planting efforts planned for 2024.
    The 2023 Beaver Island Habitat Rehabilitation and Enhancement Project (HREP) aims to improve forest health through targeted tree thinning and planting strategies. The project, managed under the Forest Services MATOC, involves specific treatment areas, including Stands A, B-1, and B-2, each requiring distinct thinning and planting methods to enhance ecological diversity. Stand A undergoes thinning treatments for trees marked by the government and contractor, followed by the planting of containerized trees. Stands B-1 and B-2 emphasize different tree and shrub planting without cutting. The dredge placement areas will also receive further plantings, addressing gaps due to prior vegetation efforts. A detailed timeline outlines critical tasks, including nursery confirmations and planting completion dates, aiming for planting to commence in Fall 2023 and into 2024. Monitoring of vegetation is mandated to ensure the success of established plants. The overarching goal is to create a more diverse and resilient habitat within the Upper Mississippi River Fish and Wildlife Refuge, adhering to USDA guidelines and ensuring compliance with all regulatory requirements throughout the project.
    The document outlines a bid schedule for a forestry project involving the marking and cutting of trees, herbicide application, and planting of containerized tree stock in various stands and dredge placement areas during the Fall 2023 and Fall 2024 seasons. Contractors must complete the schedule with unit prices for all listed tasks to be eligible for the award. Specific tasks and quantities are detailed for Stand A, Stand B-1, Stand B-2, and dredge placement areas.
    The document outlines a Schedule of Pricing related to a federal project by the Forest Services aimed at managing and enhancing forest stands and dredge placement areas on Beaver Island during fiscal year 2023. The project includes tree marking, cutting, herbicide application, and planting efforts across designated areas (Stands A, B-1, and B-2), with specifications for various tree and shrub stock to be placed in both fall 2023 and 2024. Key components include marking and clearing specific tree species, applying herbicides to invasive species, and supplying and planting containerized tree and shrub stock. Close attention is paid to monitoring and maintaining vegetation in areas experiencing dredge placement, ensuring effective management of non-desirable vegetation. Contractors bidding for this project must complete the pricing schedule accurately, ensuring that all line items are filled out with amounts per unit. Timely acknowledgment and confirmation from nurseries regarding species availability and growth conditions is also mandated. Overall, the document emphasizes ecological management and restoration efforts as part of the government’s forestry and land use initiatives in the context of federal contracting processes.
    The FY23 Beaver Island Stands A & B Placement Map outlines the locations designated for forest management activities within Beaver Island. The map includes a legend for clarity, identifying specific features and attributes pertinent to the planning and execution of these activities. This overview serves to facilitate stakeholder understanding of the proposed placements.
    The FY23 Beaver Island Stands A & B Placement Map provides a visual representation of key features and landmarks in Clinton, including the Clinton Memorial Cemetery, KWIK STAR #348, and Wild Rose Casino & Hotel. The map is oriented with north indicated at the top and highlights the spatial relationships among these locations, suggesting possible areas for development or local community engagement initiatives. The inclusion of a scale (400 ft) helps in interpreting distances between features. This document appears relevant to federal and state planning efforts, potentially serving as a supporting tool for RFPs or grants related to community development or land use planning. The map emphasizes strategic locations that may inform future projects or partnerships in the area, aligning with government objectives of enhancing local infrastructure and services.
    The document outlines the Beaver Island Habitat Restoration and Enhancement Project (HREP) by the US Army Corps of Engineers (USACE) in the Rock Island District, specifically focusing on Stands A & B in Clinton, IA. It includes geographical data and references various organizations involved in the project, such as the Iowa DNR and USDA. The mapped area covers locations in Clinton and Camanche, IA, and Albany, IL.
    The document outlines collaborations and geographical information related to the Beaver Island Habitat Restoration and Enhancement Project (HREP) in Illinois and Iowa. It lists key participants including federal and state agencies such as Esri, NASA, NGA, USGS, FEMA, and local authorities in Whiteside County, IL, and Iowa DNR. The map included in the document indicates defined areas (Stands A & B) on Beaver Island, depicting their proximity to nearby locations like Albany, Clinton, and Camanche. The project aims to enhance habitat conditions and ecological restoration through various data sources and technological contributions from organizations involved in environmental management and geographic information systems. The cooperation among federal, state, and local entities illustrates a joint effort in addressing ecological concerns and promoting habitat sustainability in the region. The information presented is crucial for stakeholders involved in environmental grants and project funding processes, as it showcases the collaborative nature of such undertakings.
    The document provides a geographical overview of the USACE Rock Island District, specifically detailing the Beaver Island Habitat Rehabilitation and Enhancement Project (HREP) in relation to various locations such as Jackson, Maquoketa, and Clinton. It includes a map depicting distances and relevant geographical entities, utilizing data from multiple agencies. The scale indicates a detailed representation of the area surrounding Beaver Island and its associated landmarks.
    The document outlines a collaboration involving multiple agencies, including Esri, NASA, NGA, and USGS, focused on the Beaver Island Habitat Restoration and Enhancement Project (HREP) Stands A & B. The project is part of initiatives aimed at environmental restoration and habitat enhancement, particularly in the context of local conservation efforts within the UI DNR (Iowa Department of Natural Resources) area. The spatial context is depicted through a map scaled at 1:450,000, outlining the Beaver Island region and potentially showcasing environmental features relevant for project planning. The collaboration among federal and state agencies emphasizes a multi-faceted approach to habitat restoration, relying on data from various sources and technologies provided by entities like HERE and Garmin. The involvement of organizations such as the EPA and the National Park Service indicates a commitment to adhering to environmental protection standards and enhancing public resources. This document highlights the significance of cross-agency cooperation in addressing ecological challenges while promoting sustainable development initiatives in local communities.
    The document outlines specific details regarding the Beaver Island Habitat Restoration and Enhancement Project (HREP) undertaken by the US Army Corps of Engineers in the Rock Island District, focusing on the locations for dredge placement within Stand A and Stand B. It includes a graphical representation with a scale indicating the project area's dimensions and specifies the contributors of various geographic data utilized in mapping the region. Overall, it serves as a technical reference for stakeholders involved in environmental restoration efforts.
    The document pertains to the Esri Community Maps initiative, which involves multiple contributors, including governmental organizations and private companies, focused on mapping and geospatial data relevant to Whiteside County, Illinois. It highlights the Beaver Island Habitat Restoration and Enhancement Project (HREP), specifically stands A and B, detailing the locations of dredge placement sites, which are crucial for environmental and ecological restoration efforts. The document also provides contextual information about the scale of mapping, indicated by feet and meters in the provided graphic, and lists numerous collaborative partners like the USGS, EPA, and NASA, emphasizing the joint effort in improving mapping data for community use. The overall purpose of this file is to convey essential information regarding the collaboration and mapping efforts that support local and regional ecological projects, aligning with objectives typical of federal RFPs and grants aiming to foster environmental sustainability through community engagement and data sharing.
    This document is an amendment (0001) to solicitation W912EK23R0012 issued by the U.S. Army Corps of Engineers, effective May 5, 2023, which modifies the original contract to revise sustainability requirements in the Basic Statement of Work (SOW) related to forest management services. The amendment outlines the scope of work, required qualifications, insurance prerequisites, safety protocols, and various detailed operational tasks related to planting, mowing, herbicide application, and forest maintenance. Contractors must acknowledge receipt of this amendment and comply with revised terms while retaining existing conditions of the solicitation not specifically altered by this modification.
    The document is an amendment to a federal solicitation for a multiple award task order contract (MATOC) by the U.S. Army Corps of Engineers. The primary focus is on revising sustainability requirements in the Statement of Work (SOW) related to forest management and vegetative maintenance services. The contract stipulates the responsibilities of the contractor, including supplying planting materials, carrying out herbicide applications, and other forestry-related tasks across specific counties in Wisconsin, Iowa, Illinois, and Missouri. Key points include requirements for contractor personnel, equipment, and safety standards as outlined in the Corps Guides. The contractor must maintain valid pesticide application certifications and ensure compliance with safety and environmental regulations, including the EPA and USDA guidelines for biobased and recycled materials. Additionally, the SOW details various tasks, such as site preparation, planting, herbicide application, and quality assurance measures, ensuring adherence to specified performance standards. The period of performance for the MATOC is set for five years, and task order specifics will dictate individual timelines and performance criteria. The amendment emphasizes the importance of contractor accountability and the need for thorough documentation and compliance with all federal and state laws.
    The document outlines Amendment 0002 for solicitation W912EK23R0012, focusing on minor corrections to the solicitation and providing responses to questions from potential contractors regarding a Multiple Award Task Order Contract (MATOC) for forest services by the US Army Corps of Engineers. Key changes include clarification that task orders must include all work categories and details on evaluation factors for offers, with a maximum potential award pool of $9.5 million over a five-year period. Contractors must adhere to safety and regulatory compliance, including pesticide application practices, and must complete required background checks on all personnel.
    The document is an amendment to the U.S. Army Corps of Engineers' solicitation W912EK23R0012 for a Multiple Award Task Order Contract (MATOC) related to forest services and vegetative maintenance projects in Illinois, Wisconsin, Iowa, and Missouri. It outlines minor corrections to key sections, addresses contractor questions, and emphasizes the government’s intent to award multiple contracts for various task orders in forest management and ecological restoration. Task orders will be based on a "Lowest Price Technically Acceptable" evaluation method, prioritizing technical approaches and pricing. The maximum dollar value for contracts will not exceed $9.5 million, with project requirements listed in tables. The document lays out specific compliance needs, including safety, quality control, and environmental considerations in execution. It stipulates that contractors must maintain proper licensing, security clearances, and comply with wage determinations. An overview of the tasks, such as timber stand improvements and invasive species treatments, is provided, along with a schedule for upcoming work. This solicitation underscores the importance of responsible forest management practices and the government's commitment to environmental stewardship.
    The document outlines Solicitation W912EK23R0012 from the U.S. Army Corps of Engineers for a Multiple Award Task Order Contract (MATOC) focused on forest management services across several states, with a total maximum value of $9.5 million and contracts lasting five years. Offerors must submit proposals by May 25, 2023, and are advised to direct technical inquiries to Jocelyn Rain by May 15, 2023. Task orders will be competitively awarded based on technical approach and price, with emphasis on a Lowest Price Technically Acceptable evaluation method.
    The U.S. Army Corps of Engineers is issuing a Request for Proposals (RFP) to solicit Multiple Award Task Order Contracts (MATOCs) for forest management services, focusing on vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The selection process will award a minimum of three and a maximum of seven Indefinite Delivery/Indefinite Quantity contracts, with a total cap of $9,500,000 over five years. The key evaluation factors are technical approach and price, with a commitment to selecting the most advantageous proposals. The scope encompasses various forestry tasks, including timber stand improvements, invasive species treatments, herbicide applications, and tree plantings. The contractors must comply with stringent safety, quality assurance, and environmental standards, especially in pesticide application and handling. The RFP underlines the necessity for potential bidders to be registered in the System for Award Management and outlines what constitutes a valid submission. The document stresses that past performance and compliance will be critical to contractor eligibility, noting processes for rating contractors, including potential placement in dormant status for non-compliance and procedures for contractor off-ramping. Overall, this procurement initiative reflects the government's effort to manage natural resources effectively while ensuring competitive contracting practices.
    The document outlines the Statement of Work (SOW) for the Beaver Island Habitat Rehabilitation and Enhancement Project (HREP), managed by the US Army Corps of Engineers. It details various management goals including tree thinning and planting in designated treatment stands and dredge placement areas within Navigation Pool 14. The total treatment area encompasses approximately 121 acres, focusing on enhancing habitat diversity and structure. Key activities include specific thinning and planting tasks scheduled for 2025 to 2026, requiring contractor engagements to ensure proper species selection, delivery, and monitoring of vegetation health. The project emphasizes ecological management through marked tree cutting, careful planting, and control of invasive species, supported by quality assurance measures. Essential requirements like site access, security protocols, and documentation for plant species and delivery timelines are specified, along with contractor responsibilities for ensuring compliance with federal standards. The SOW serves as a framework to achieve ecological restoration objectives while facilitating contractor operations within government regulations.
    The document outlines a Request for Proposals (RFP) related to the Beaver Island Habitat Restoration and Enhancement Project (HREP), specifically focused on planting and tree management in designated stands. Contractors must complete a detailed bid schedule for various tasks, such as the supply, planting, and GPS locating of containerized tree and shrub stock across designated areas by specific deadlines, primarily in 2025 and 2026. Key tasks include marking and cutting specified tree species, applying herbicides, and performing vegetation monitoring to manage non-desirable plants around newly planted vegetation. The document emphasizes the need for progress confirmations from suppliers and sets clear timelines for each phase of the project to ensure compliance with ecological restoration standards. Overall, it serves as a structured guideline for contractors to participate in the procurement process, aiming to enhance local habitats effectively while adhering to predetermined environmental specifications.
    The document outlines a collaborative effort involving multiple governmental and organizational bodies, including Esri, NASA, NGA, USGS, FEMA, and others, focusing on the Beaver Island Habitat Restoration and Enhancement Project (HREP) in Albany, Illinois, and Camanche, Iowa. The project aims to enhance local ecosystems and manage geographical data effectively across regions. The scale and details provided indicate a focus on environmental monitoring and restoration, utilizing geographical information systems (GIS) and technology from various contributors like HERE and Garmin. The project highlights federal and state partnerships to leverage data for environmental restoration and management, showcasing coordination among agencies to address ecological concerns and foster data-driven decision-making for regional improvements.
    The document pertains to a project by the US Army Corps of Engineers (USACE) Rock Island District, focusing on the Beaver Island Habitat Restoration and Enhancement Project (HREP) Stands A & B located on Beaver Island. It lists key organizations involved in the project, including Esri, NASA, NGA, USGS, and several others, indicating a multifaceted collaborative effort. The mention of various agencies hints at the project's interdisciplinary nature, incorporating environmental, geographical, and technological research to inform restoration strategies. The use of specific geographic data serves as a foundation for enhancing habitat, with the document suggesting a visual map representation to provide spatial context. Overall, the project aims to improve ecological conditions and resilience in the Beaver Island area, aligning with broader governmental goals of environmental preservation and sustainability. The collaborative approach signifies the integration of diverse expertise and resources essential for effective habitat restoration efforts.
    The document focuses on the Esri Community Maps Contributors related to the Beaver Island Habitat Restoration and Enhancement Project (HREP) stands A & B in Whiteside County, Illinois, overseen by the USACE - Rock Island District. It lists contributing organizations such as Esri, HERE, Garmin, and various federal agencies like USGS, EPA, and NPS. The accompanying map details the region's geographical features, including river miles and dredge placement sites, crucial for environmental monitoring and planning. The collaborative data from diverse sources supports community mapping initiatives and aids decision-making in environmental restoration efforts. This project reflects the integration of technology and community collaboration to further environmental management and development goals.
    The Forestry MATOC On-Boarding Contractor Q&A document addresses various inquiries related to the current Multiple Award Task Order Contract (MATOC). Key highlights include that three incumbent companies won the original 2023 contract, with no firms in dormant status or off-ramped. A total of fourteen task orders have been awarded, and there have been no unfilled orders. This MATOC's award period extends only for the remaining years of the original contract. On-ramped companies may bid on upcoming task orders as soon as their contracts are established, primarily accessing work sites by water using small workboats, without requiring contractors to own or lease barges. Responsibilities include transporting all necessary materials and equipment to work sites, primarily on islands or remote locations. There are stipulations regarding herbicide usage on federal lands, and contractors must provide pricing for all task orders or state reasons for not bidding. The document provides guidance essential for contractors preparing to engage with the government's forestry management projects, ensuring compliance with operational and logistical requirements. This summary reflects the procedural and regulatory framework guiding contractor engagement in federal forestry projects.
    The document is an amendment to Solicitation No. W912EK23R0012, issued by the US Army Corps of Engineers (USACE) for Forest Services contracts. It modifies key aspects of the solicitation, including the proposal due date, evaluation methods, and associated attachments. The new submission deadline is set for May 26, 2025. This amendment outlines the evaluation process, emphasizing a Lowest Price Technically Acceptable approach with specific criteria for technical evaluation, which includes an assessment of work schedules and staff experience. Furthermore, the amendment introduces an open season on-ramping initiative, with the government planning to award a minimum of one and a maximum of two indefinite delivery/indefinite quantity (IDIQ) contracts valued up to $9.5 million. Key instructions for offerors include the necessity of System for Award Management (SAM) registration and the completion of a comprehensive proposal submission, including technical and price components. This amendment seeks to engage contractors for essential forestry operations across Illinois, Wisconsin, Iowa, and Missouri, encompassing necessary planting, monitoring, and treatment tasks. By clearly defining requirements, evaluation criteria, and submission protocols, the document reinforces USACE's commitment to an inclusive procurement process while ensuring the best value for government contracts.
    The document is an amendment to a federal solicitation related to the FY25 open season on-ramping, issued by the US Army Corps of Engineers. The primary purpose of this amendment is to extend the proposal submission deadline from May 26, 2025, at 2:00 PM to May 28, 2025, at 2:00 PM. It reiterates that all other terms and conditions of the solicitation remain unchanged from the prior amendments. Contractors are instructed to acknowledge receipt of this amendment to avoid potential rejection of their offers. This document aligns with standard procedures for federal requests for proposals (RFPs) and modifications, aiming to ensure clarity and compliance among bidding contractors. The effective date of this amendment is recorded as May 19, 2025, emphasizing the ongoing administrative adjustments within the government contracting process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    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 over a five-year period, with a maximum value of $99 million. This opportunity is exclusively set aside for small businesses and encompasses Sustainment, Restoration, and Modernization (SRM) projects, minor military construction (MILCON), and support for various military and civil works programs primarily within Southern California. The contract will facilitate a range of construction activities, including new construction, renovations, repairs, and preventative maintenance for military installations and other federal entities. Interested parties should contact Cameron Stokes at Cameron.Stokes@usace.army.mil or call 213-452-3009 for further details regarding the solicitation process.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    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.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    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.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.