Kinzua Navigational Buoy Installation and Maintenance Services
ID: W911WN26QA014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST PITTSBURGHPITTSBURGH, PA, 15222-4198, USA

NAICS

All Other Support Services (561990)

PSC

INSTALLATION OF EQUIPMENT- RECREATIONAL AND ATHLETIC EQUIPMENT (N078)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking qualified contractors to provide navigational buoy installation and maintenance services for the Kinzua / Allegheny Reservoir, located in Warren County and McKean County, Pennsylvania, and Cattaraugus County, New York. The procurement involves the installation, realignment, removal, cleaning, replacement, and seasonal storage of approximately seventy-seven (77) navigational buoys, which include can-type regulatory buoys with various warning and exclusion messages. These services are crucial for ensuring safe navigation in the reservoir area and will be solicited as a Request for Quotation (RFQ) under Federal Acquisition Regulation (FAR) Parts 12 and 13. Interested parties should contact Lisa Bisnette at lisa.d.bisnette@usace.army.mil or call 412-395-7556 for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    Aquatic Plant Control at Raystown Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking vendors for aquatic plant control services at Raystown Lake for the growing seasons from 2026 to 2030. The contractor will be responsible for applying herbicides to twelve designated sites covering a total of 83.5 acres, as well as collecting samples to assess herbicide concentration levels and documenting the effectiveness of treatments on targeted species. This procurement is crucial for maintaining the ecological balance and recreational quality of Raystown Lake. Interested parties should direct inquiries to Clark Miller or Brian Richardson via email, and are encouraged to monitor the notice for any updates or amendments, as this is a Sources Sought Notice and not a formal solicitation.
    Oswego Breakwater
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is preparing to solicit bids for the construction project at Oswego Breakwater Harbors. This presolicitation notice indicates that the upcoming solicitation will focus on the construction of non-building facilities, categorized under the NAICS code 237990. The project is significant for maintaining and enhancing the harbor infrastructure, which is crucial for navigation and safety in the area. Interested contractors can reach out to Walter Kamad at Walter.Kamad@usace.army.mil or call 716-879-4134 for further information, with the solicitation expected to be posted in the coming weeks.
    Long Run Watershed Stabilization Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Pittsburgh District, is seeking responses from qualified contractors for the Long Run Watershed Stabilization Project in McKeesport, Pennsylvania. The project involves excavation and removal of debris from existing culvert pipes, installation of new precast modular block gravity retaining walls, and restoration of disturbed areas, with a construction magnitude estimated between $100,000 and $250,000. This Sources Sought Notice is intended for planning purposes only, and interested contractors must submit their intent to bid, capability statements, bonding capacity, and relevant certifications by 10:00 AM ET on December 23, 2025, to Aaron Barr at aaron.m.barr@usace.army.mil, with a copy to Leanna Lesefka at leanna.c.lesefka@usace.army.mil.
    Neville Island Area Office Renovations
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is seeking qualified contractors for the renovation of the Neville Island Area Office located in Pittsburgh, Pennsylvania. The project entails comprehensive renovations, including demolition of interior walls, relocation of electrical and telecom outlets, installation of new finishes, and upgrades to lighting and ceilings, all to be completed within 120 calendar days after the issuance of a Notice to Proceed. This opportunity is a total small business set-aside, with a contract value estimated between $100,000 and $250,000, and the Request for Quote (RFQ) is expected to be issued around December 29, 2025. Interested contractors must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with further inquiries directed to Mario Dizdarevic or Connie L. Ferguson via their provided contact information.
    Elevator Services for Pittsburgh District
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator inspection, maintenance, and repair services under a Blanket Purchase Agreement (BPA) for the Pittsburgh District. The objective of this BPA is to ensure a rapid response and cost-effective maintenance solution for elevator services at various locations in Pennsylvania, West Virginia, and Ohio. These services are crucial for the upkeep of U.S. Army Corps of Engineers facilities, ensuring operational efficiency and safety. Interested parties should contact Contract Specialist Isaiah Johnson at isaiah.m.johnson@usace.army.mil, providing details of up to three similar projects completed, as part of their expression of interest.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is soliciting bids for the Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing project located in Wheeling, West Virginia. The project involves the preparation of the site for future installation of downstream bulkhead recesses, which includes coring holes and wiresawing concrete in both the Main and Auxiliary Lock Chambers, with some work occurring underwater. This procurement is critical for maintaining the structural integrity of the locks and ensuring the continued functionality of the dam. Interested small businesses are encouraged to reach out to Aaron Barr at aaron.m.barr@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under SBA guidelines.
    Concrete Sinkers for Buoy Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the fabrication and delivery of concrete sinkers, weighing 1,000 lb., 1,500 lb., and 2,000 lb., intended for use by buoy tenders in the Midwest region. The procurement aims to support the mooring of buoys in river systems, with specific requirements for environmentally safe materials and adherence to established specifications, including ASTM standards and USCG drawing dimensions. Interested small businesses are encouraged to respond to the Sources Sought Notice by completing a questionnaire detailing their capabilities and experience, with responses due by December 19, 2025. For further inquiries, interested parties may contact James C. Kanash at james.c.kanash@uscg.mil or by phone at 757-628-4467.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.