ERDC Communications Infrastructure Contract
ID: W912HZ25R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing communication infrastructure services, including maintenance and repair at various ERDC sites. The contract encompasses the installation of wiring and network systems in the newly constructed Building 9000 at the ERDC Vicksburg location, requiring compliance with industry standards and specialized experience in systems such as AVAYA PBX and CCTV. This initiative is crucial for ensuring efficient voice, video, and data communications networks, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested contractors must submit their proposals by January 21, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil.

    Files
    Title
    Posted
    The document outlines proposed labor category rates for telecommunication-related positions as part of a government contract performance in Vicksburg, MS. It includes various roles, such as Telecommunications Mechanic I, Telecommunications Mechanic II, Telephone Lineman, and Cable Splicer, with budget placeholders for five 12-month periods, indicating that specific monetary amounts are yet to be determined. Additionally, it states that offerors can propose positions for other locations if employees are stationed there, with rates adjusted according to the differences in wage determinations between sites. This framework is intended to guide federal contracting processes by ensuring fair compensation based on geographical wage differences and project specifications.
    The Performance Work Statement outlines the requirements for wiring the newly constructed Building 9000 at the ERDC Vicksburg location. It specifies the provision of labor, equipment, and materials to support two distinct networks (CorpsNet and RDE) within the building, including Wi-Fi capabilities. The contractor is responsible for installing 24-strand single-mode fiber, network jacks, and wireless access points, adhering to established wiring standards. Special requirements include compliance with multiple industry standards and certifications, including a minimum of two to five years of specialized experience in relevant systems (AVAYA PBX, CCTV, and access control systems). Deliverables include task completion reports, monthly updates, and electronic drawings. The document also establishes performance criteria and ratings, emphasizing the need for high-quality service to ensure government satisfaction. The overall goal is to complete the project within 60 days post-award while meeting stringent performance standards, reflecting the government's commitment to maintaining efficient and effective infrastructure.
    The document is a Request for Proposal (RFP) W912HZ25R0002 from the U.S. Army Corps of Engineers, soliciting contractors to provide communication infrastructure services, including maintenance and repair at various ERDC sites. The contract spans five years with a minimum value of $2,500 and a maximum of $22.95 million. It outlines labor, materials, and equipment requirements for tasks related to voice, video, and data communications networks, emphasizing the importance of compliance with security and reporting standards. The contractor must manage personnel, maintain a quality control program, and report all labor hours via a secure system. Specific project orders will detail service demands, tackling tasks from aerial cable installations to electronic security systems management. Requirements include thorough familiarity with modern communication technologies, security systems, and federal contracting regulations. The RFP emphasizes the contractor's non-personal service role while maintaining stringent performance and reporting standards, reflecting the government's aim for efficient and effective contractor collaboration in supporting communication needs.
    This document is an amendment to Solicitation W912HZ25R0002, officially modifying the offer submission deadline from January 10, 2025, at 11:00 CST to January 21, 2025, at 11:00 AM CST. All other terms and conditions of the original solicitation remain unchanged and continue to be in effect. The amendment specifies acknowledgment requirements for offerors, indicating that they must recognize the receipt of this amendment prior to the new submission deadline to avoid rejection of their offers. This amendment is issued by the ERDC Contracting Office in Vicksburg, Mississippi, and is designated as Modification Number 0001. The document is structured to provide clear instructions regarding the changes to the solicitation and outlines the protocols for acknowledgment and submission of offers. The overall purpose is to ensure all potential bidders are aware of the updated deadline while maintaining the integrity of the original solicitation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    2025 ERDC Broad Agency Announcement
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is issuing the 2025 Broad Agency Announcement (BAA) to solicit proposals for various research and development initiatives across multiple engineering disciplines. This opportunity aims to advance scientific knowledge and technology in areas such as hydraulics, environmental conservation, geotechnical engineering, and information technology, with a focus on fostering diverse participation, particularly from Historically Black Colleges and Universities and small businesses. The ERDC, which encompasses several specialized laboratories, seeks innovative proposals that can contribute to military and civil infrastructure solutions, with submissions accepted continuously throughout the year. Interested parties can contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil for further details on submission procedures and eligibility requirements.
    Utility Monitoring & Control Systems
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the procurement, installation, maintenance, and service of Utility Monitoring and Control Systems (UMCS) and related industrial control systems. The contract aims to ensure efficient operation and compliance with technical standards across various Department of Defense facilities, emphasizing the importance of safety, cybersecurity, and adherence to federal employment standards. With a total estimated value of approximately $2.75 billion and a contract duration of up to seven years, interested firms are encouraged to submit their qualifications and capabilities by email, with specific guidelines outlined in the Sources Sought Notice. For further inquiries, potential respondents can contact Jasmine McCullough or Lashonda Smith via the provided email addresses.
    MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the MS River MI 616-326 Stone Repairs to Revetments and Dikes project as part of the FY25FC/MR&T initiative in the Mississippi River Basin. This procurement involves indefinite delivery/indefinite quantity (IDIQ) contracts for construction services focused on the repair and improvement of revetments and dikes, which are critical for maintaining the integrity of the river channel and preventing erosion. The work will take place in Vicksburg, Mississippi, and is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. Interested contractors should reach out to Kasey Davis at Kasey.T.Davis@usace.army.mil or call 601-631-7243 for further details, or contact Robert Ellis Screws at Ellis.Screws@usace.army.mil or 601-631-7527 for additional inquiries.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    Fiber Installation LEMC
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors for the installation of a Fiber Optic Network at the Letterkenny Munitions Center (LEMC). The project aims to upgrade the existing fiber optic cable network, requiring contractors to provide a comprehensive turnkey solution that includes surveying, engineering, installation, and testing, all while adhering to government and commercial standards. This upgrade is critical for enhancing communication and operational efficiency at the facility, with a contract anticipated to be awarded by June 1, 2025, and a completion timeline of 380 calendar days post-award. Interested vendors must submit a Capabilities Statement by March 6, 2025, and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    Civil Works Strategic Focus Areas Commercial Solutions Openings (CSO)
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking commercial solutions for Civil Works Strategic Focus Areas. The U.S. Army Engineer Research and Development Center (ERDC) is looking for innovative and feasible solutions to address agency challenges and enhance mission effectiveness. The contracts will be firm-fixed price and treated as commercial. The submission deadline is May 22, 2025, at 4:00 pm CT. For more details and submission instructions, visit https://www.erdcwerx.org/civil-works-cso/.
    MVD Stone Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
    Wireline Telecommunications Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Wireline Telecommunications Services through a Request for Quote (RFQ) identified as 70FA3025R00000001. This procurement aims to establish reliable wireline communication solutions essential for FEMA's operational efficiency, particularly in supporting disaster response and recovery efforts both within and outside the Continental United States. The selected contractor will be responsible for delivering voice, data, and video services, ensuring compliance with federal standards, and maintaining high-quality communication infrastructure. Proposals must be submitted by February 28, 2025, with inquiries due by February 13, 2025. Interested parties can contact Hal Vernon at hal.vernon@fema.dhs.gov or Erik Young at erik.young@fema.dhs.gov for further information.
    Engineer Research and Development Center (ERDC) - Construction Engineering Research Laboratory (CERL) - Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Engineer Research and Development Center (ERDC) - Construction Engineering Research Laboratory (CERL), is inviting innovative proposals via a Commercial Solutions Opening (CSO) to address various military and civilian engineering challenges. The CSO aims to obtain solutions that fulfill requirements, close capability gaps, or provide technological advancements in areas such as sustainable materials, energy efficiency, additive construction, and lifecycle management. This initiative emphasizes the importance of eco-friendly practices and technological advancements in military operations, with a focus on enhancing infrastructure while minimizing environmental impacts. Interested parties must submit their solutions through the ERDCWERX platform by 31 October 2025, and all submissions will be evaluated based on technical innovation and relevance to agency missions. For further inquiries, contact Andrea J Thomas at cerl-ct-quotes@usace.army.mil.
    Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for the Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC). This initiative aims to identify firms capable of executing time-sensitive construction and disaster assistance tasks that support federal agencies, including the Department of Defense and FEMA, with project values ranging from $1 million to $50 million. The contract will cover a variety of projects related to infrastructure, utilities, and emergency construction activities, reflecting the government's commitment to enhancing disaster response and infrastructure recovery capabilities. Interested firms are encouraged to submit their qualifications and relevant experience to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil by the specified deadline, as this notice serves solely for market research and does not guarantee future contracts or solicitations.