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
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 1, 2025, 5:00 PM UTC
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 essential communication infrastructure services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. The contract encompasses the installation, maintenance, and repair of communication networks, including the establishment of two distinct networks (CorpsNet and RDE) within the newly constructed Building 9000, requiring specialized labor, materials, and adherence to stringent industry standards. This procurement is critical for ensuring efficient telecommunications management and infrastructure support across federal sites, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested small businesses must submit their proposals by April 1, 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 for further information.

Files
Title
Posted
Mar 3, 2025, 10:05 PM UTC
The document pertains to the amendment of Solicitation No. W912HZ25R0002 for Engineer Research and Development Center (ERDC) Communications Infrastructure services, including installation, maintenance, and repair. Key modifications include an extension of the proposal deadline to April 1, 2025, updates to URLs for contractor labor hour reporting, and revisions to the Performance Work Statement (PWS) and associated attachments. It outlines the contractor's responsibilities in providing non-personal services, maintaining communication networks, and ensuring compliance with various operational and security requirements across several government facilities. These requirements include the provision of experienced personnel, adherence to performance standards, equipment and materials for telecommunications, and the management of subcontractors. Additionally, critical security and training protocols for contractor employees are detailed, including anti-terrorism training and compliance with information assurance. The solicitation emphasizes quality control and assurance processes, mandating a detailed quality control plan from the contractor. It also includes guidelines for proposal submission that detail the required components and evaluation factors for contractor capability assessment, ensuring that all contracting actions align with federal regulations and promote efficient service delivery to the U.S. Army Corps of Engineers.
Mar 3, 2025, 10:05 PM UTC
This government document outlines labor categories necessary for telecommunications system maintenance and repair services in an upcoming contract opportunity. It includes specific roles such as Telecommunications Mechanic I and II, Telephone Lineman, and Cable Splicer, detailing their respective responsibilities, which encompass installation, troubleshooting, and repair of various communication systems and infrastructure. The proposed labor categories are not limited to those listed; offerors may suggest additional categories as needed. A pricing template is provided for offerors to complete with proposed costs over five 12-month periods, along with an option to extend services. Moreover, the document notes that if employees are stationed outside Vicksburg, MS, additional location factors may apply to pricing. Factors vary by location, affecting the compensation structure based on the employee's work site. The overall purpose of this document is to solicit proposals for telecommunications services, ensuring that all potential costs and labor needs are clearly identified for bidders.
Mar 3, 2025, 10:05 PM UTC
The "Limitations on Subcontracting Reporting" outlines compliance requirements for small business prime contractors under FAR Clause 52.219-14. Contractors must self-certify their adherence to the limitation on the percentage of contract performance that can be subcontracted to entities that are not similarly situated. Specifically, for service contracts (excluding construction), prime contractors cannot pay more than 50% of the government's payment to non-similarly situated subcontractors. Additionally, any subcontracting done by similarly situated entities will count towards this limit. The document details the steps for reporting compliance upon contract completion, including the necessity to provide calculations on invoiced amounts, direct costs, and performance percentages. The form requires a clear breakdown of invoiced amounts and the respective contractors' statuses, ensuring transparency and adherence to federal guidelines. This reporting mechanism underscores the government’s emphasis on supporting small and disadvantaged businesses while ensuring equitable distribution of federal contracts.
Mar 3, 2025, 10:05 PM UTC
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 Performance Work Statement outlines the requirements for wiring the newly constructed Building 9000 at the ERDC Vicksburg location. The contractor is responsible for providing labor, materials, and equipment to establish networks for CorpsNet and RDE, including Wi-Fi connectivity. Specific tasks include installing 24-strand single mode fiber and 10 faceplates for network drops, adhering to TIA/EIA standards for wiring, and delivering wireless access points. The document emphasizes several special requirements, mandating specialized experience and certifications for contractors in AVAYA PBX systems, security systems, and access control systems. Contractors must possess significant experience in installation and maintenance of security systems and hold certifications from relevant organizations. Key deliverables outlined include task completion, monthly reports, and electronic drawings. Performance standards assess accuracy, on-time delivery, and contractor responsiveness, with a tiered rating system to evaluate service quality. Overall, this statement reflects the government's commitment to establishing a robust communication infrastructure at the ERDC, ensuring contractor adherence to strict technical and regulatory standards.
The "Register of Wage Determinations under the Service Contract Act" outlines the minimum wage requirements for federal contracts, establishing a pay rate of at least $17.20 per hour under Executive Order 14026 or $12.90 per hour under Executive Order 13658, depending on the contract's award date. It details specific wage rates for various job classifications in New Hampshire, particularly in Rockingham County, and specifies additional benefits, including health and welfare provisions, vacation, and paid sick leave. The document also includes guidelines for classifying unlisted occupations and ensuring compliance with wage determinations.
The "Register of Wage Determinations Under the Service Contract Act" outlines minimum wage requirements for contracts subject to the Service Contract Act, indicating at least $17.20 per hour for contracts effective from January 30, 2022, and $12.90 per hour for those awarded between January 1, 2015, and January 29, 2022. It also details annual adjustments, health and welfare benefits, vacation, holidays, and various labor categories, along with their corresponding wage rates. Additionally, the document specifies employee protections under Executive Orders and provides information on the conformance process for unlisted job classifications.
The "Register of Wage Determinations Under the Service Contract Act" outlines minimum wage and fringe benefit requirements for service contracts, specifically indicating rates of $17.20 per hour under Executive Order 14026 for contracts entered after January 30, 2022, and $12.90 for contracts awarded from January 1, 2015, to January 29, 2022. Contractors must adhere to these rates and provide benefits including health and welfare contributions, vacation, and paid holidays, while following regulations for non-listed job classifications through a conformance process. Additional stipulations on paid sick leave and uniform allowances are also detailed for various occupations affected by these wage determinations.
Mar 3, 2025, 10:05 PM UTC
The "Register of Wage Determinations Under the Service Contract Act" outlines the minimum wage rates for service contract workers based on the contract's award date, with rates set at $17.20 for contracts awarded or extended on or after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. The document also details various occupational wage rates in Mississippi and the benefits workers are entitled to under the Act, which include health, vacation, and holiday pay, as well as requirements for sick leave and uniform allowances. Additional guidelines for the classification of unlisted occupations under the wage determination process are provided.
Mar 3, 2025, 10:05 PM UTC
The NAVFAC/USACE Past Performance Questionnaire (PPQ) is a form designed to evaluate contractor performance through client assessments across various criteria, including quality, schedule adherence, customer satisfaction, management, cost management, safety, and general compliance. Each criterion contains a set of specific questions that clients must answer using a rating scale ranging from Exceptional to Unsatisfactory. The form aims to collect comprehensive feedback on contractor performance for better decision-making in future contract awards.
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.
Mar 3, 2025, 10:05 PM UTC
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.
Mar 3, 2025, 10:05 PM UTC
The government document addresses a series of questions related to a Request for Proposals (RFP) involving telecommunication services for federal sites, focusing on the scope of work and contractor responsibilities. Key topics include workload distribution across primary and satellite sites, transition period expectations, specific cabling standards, emergency response protocols, and handling legacy systems. Contractors are to adhere to prescribed cable colors and standards while supplying most materials not explicitly provided by the government. Additionally, it outlines the evaluation criteria for proposals, emphasizing technical approach and management plan over cost. Further details on task orders, such as deliverables and penalties for non-performance, are also covered. This RFP reflects the government's intent to ensure efficient telecommunications management and infrastructure support while offering contractors clear guidelines and expectations for proposal submissions and project execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.
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/.
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (Not Less Than 20-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting a sources sought notice for the lease of a cutterhead hydraulic pipeline dredge, with a diameter of not less than 20 inches, fully operated with attendant plant and personnel. The procurement aims to facilitate construction and maintenance dredging activities on various waterways, including the Mississippi River Harbors and the Red River Waterway, requiring contractors to provide all necessary labor, materials, and equipment for dredging operations. This opportunity is crucial for maintaining navigability and environmental management in these waterways, with a potential contract value of up to $250 million over a five-year period. Interested firms, particularly those classified as small businesses or within specific socio-economic categories, must submit their responses by May 7, 2025, to Andrew McCaskill at andrew.mccaskill@usace.army.mil.
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Invitation for Bid W912HN25B4004. This project aims to establish a state-of-the-art training facility for signal and cyberspace operations, featuring classrooms, instructional labs, administrative spaces, and various support facilities, all designed to meet the Army's General Instruction Buildings standards. The contract, which is a Firm-Fixed-Price type, has an estimated value between $100 million and $250 million, with bids due by May 1, 2025, at 11:00 AM EDT, and a performance period of 1,324 calendar days post-award. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate.
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (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
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting a sources sought notice for the lease of a cutterhead hydraulic pipeline dredge, with a diameter of not less than 24 inches, fully operated with attendant plant and personnel. This procurement aims to facilitate construction and maintenance dredging on various waterways, including the Mississippi River Harbors and the Red River Waterway, with a focus on identifying capable firms to perform the required services. The project is significant for maintaining navigability and environmental management in these waterways, with a potential total capacity of up to $250 million over a five-year ordering period. Interested contractors are encouraged to submit their responses by email to Andrew McCaskill at andrew.mccaskill@usace.army.mil by 12:00 PM Central Daylight Time on May 7, 2025, as no solicitation is currently available.
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
JHK Erosion Control
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
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.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.