LAERF Pond Cleanup & Valve Repair
ID: W912HZ-25-Q0014Type: Solicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors to perform pond cleanup and valve repair services at the Lewisville Aquatic Ecosystem Research Facility (LAERF) in Texas. The project involves clearing ten existing ponds of debris, repairing three-way valves, and addressing additional maintenance tasks for five more ponds and drainage ditches, all crucial for supporting research on invasive aquatic species. This procurement emphasizes environmental management and operational efficiency, with a focus on compliance with federal regulations. Interested contractors must submit their quotes by May 5, 2025, and can direct inquiries to Sonia Boyd at sonia.j.boyd@usace.army.mil or by phone at 601-751-0822.

Point(s) of Contact
Files
Title
Posted
Apr 18, 2025, 9:08 PM UTC
The document provides technical exhibits relevant to a government request for proposal (RFP) related to facility management and safety measures. It includes an overhead view of facility ponds, example photos of three-way valves, and an overhead view of drainage ditches, with highlighted areas indicating all drainage ditches. These visual aids are essential for understanding the facility's layout and infrastructure, which are critical for maintenance and compliance with safety regulations. The focus on drainage systems and valves suggests an emphasis on environmental management and operational efficiency in line with federal and local standards. This information serves as a foundation for potential contractors to propose solutions addressing facility improvements, safety protocols, and infrastructure upgrades under the specified RFP.
Apr 18, 2025, 9:08 PM UTC
The solicitation W912HZ25Q0014 outlines a contract for non-personal services to perform pond cleanup and valve repairs at the Lewisville Aquatic Ecosystem Research Facility (LAERF) in Texas. The scope includes clearing debris from ten ponds, repairing water valves, and restoring operational conditions vital for research on invasive aquatic species. The contract specifies several tasks: removal of trees and brush from ponds, replacement and repair of three-way valves, and optional clean-up tasks for additional ponds and drainage ditches. The contractor is responsible for all labor, materials, and equipment necessary for these tasks, ensuring adherence to environmental regulations and safety protocols. Performance will be assessed based on the Quality Assurance Surveillance Plan (QASP), emphasizing the need for effective communication and timely reporting of any issues. The collaboration aims to enhance the functionality of the research facility while adhering to regulatory requirements, showcasing the government's focus on environmental conservation and operational efficiency in ecological studies.
Apr 18, 2025, 9:08 PM UTC
This document outlines an amendment to a solicitation regarding maintenance and repair work for various ponds at the Environmental Laboratory Aquatic Ecology & Invasive Species Branch in Lewisville, Texas. Key updates include the provision of additional site pictures, an extension for submitting questions to April 11, 2025, and a scheduled site visit on April 9, 2025. Respondents raised questions concerning the clear identification of ponds for maintenance, technical specifications of valves, and the project budget and timeline. Clarifications were provided that most ponds would be identified during the site visit, no engineered drawings exist for the original valves, and all ponds are currently dry. Offerors must submit their quotes by April 18, 2025, and must be registered in the System for Award Management (SAM). Communication regarding inquiries must be directed to specific contracting officers. The document emphasizes adherence to federal acquisition regulations and stresses the importance of compliance for all bidders, alongside a call for thorough reviews of the solicitation specifications. This amendment serves to ensure transparent communication and provide necessary information for potential contractors to prepare their bids effectively.
Apr 18, 2025, 9:08 PM UTC
The document outlines a series of federal and state/local Requests for Proposals (RFPs) and grants aimed at addressing community development and infrastructure needs. It emphasizes the importance of funding opportunities available to various organizations, including non-profits, local governments, and educational institutions. The key topics include guidelines for the proposals, eligibility criteria, funding limits, and project timelines. Notable themes are the encouragement of collaborative efforts, sustainability, and community engagement. The RFPs are structured to promote innovation in public service delivery while ensuring compliance with federal regulations. Each proposal must address specific community issues, demonstrating measurable outcomes and accountability. The document serves as a resource for potential applicants to navigate the funding process, outlining the necessary components to create compelling proposals and secure financial backing for projects that enhance public infrastructure and community welfare. Ultimately, the emphasis on strategic partnerships and community-focused solutions highlights the government's priority of fostering active participation and comprehensive development approaches to improve quality of life for residents. This aligns with broader governmental objectives to enhance public services while promoting economic growth and resilience in local communities.
Apr 18, 2025, 9:08 PM UTC
The document is an amendment to a federal solicitation concerning the extension of the closing date for proposal submissions. Specifically, it extends the deadline to May 5, 2025, ensuring all terms and conditions of the original solicitation remain intact. The amendment outlines the process for contractors to acknowledge receipt, indicating that failure to do so may result in rejection of their offers. It also allows for modifications to previously submitted offers through written communication. The purpose of the amendment is to facilitate continued participation and compliance from potential contractors in the bidding process. This extension is intended to provide additional time for interested parties to prepare their proposals, aligning with standard practices in federal procurement processes. The document is structured to include specific references to the contract number, the date of the amendment, and the necessary administrative details, categorizing changes and instructions clearly.
Apr 18, 2025, 9:08 PM UTC
The document presents the Wage Determination No. 2015-5227, issued by the U.S. Department of Labor under the Service Contract Act. It outlines applicable minimum wage rates and fringe benefits for federal contracts within specified Texas counties, detailing rates for various occupations including administrative support, automotive service, food preparation, and health occupations. Effective from 2022, contractors must comply with the minimum wage requirements of Executive Orders 14026 and 13658, adjusted annually. Occupational wage rates are accompanied by mandatory fringe benefits, including health and welfare payments. The document specifies obligations under the Executive Order for employees to receive paid sick leave, vacation, and holiday benefits. Additionally, it includes procedures for requesting additional classifications and wage rates for unlisted occupations. The Wage Determination emphasizes compliance with labor standards, reinforcing worker protections vital for government contracts. This summary outlines the core components and regulatory requirements relevant to federal RFPs and grants in Texas, highlighting the government's commitment to fair compensation and worker rights in contract services.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
F999--Bio-Retention Pond Restoration and Stewardship for the VA St. Louis Health Care System
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the Bio-Retention Pond Restoration and Stewardship project at the VA St. Louis Health Care System, specifically for the John Cochran and Jefferson Barracks divisions. The project requires comprehensive services including the removal of invasive species, silt, and debris, as well as ongoing maintenance activities such as weed treatment, debris removal, and seasonal flower planting, all in compliance with local specifications. This initiative is crucial for enhancing environmental sustainability and maintaining the health of the facility's bio-retention ponds. Interested parties must submit their responses, including business size classifications and relevant contract information, via email to Contract Specialist Leslie Ross by April 25, 2025, at 10:00 AM CST.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Dam Vegetation Maintenance Services for Belton Lake, Stillhouse Hollow Lake, Georgetown Lake, Texas
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Dam Vegetation Maintenance Services for Belton Lake, Stillhouse Hollow Lake, and Georgetown Lake in Texas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing services on embankments and adjacent areas of the dams, with the contractor responsible for all necessary personnel, equipment, and materials. The contract is a total small business set-aside, with an anticipated award date around April 30, 2025, and requires firms to be registered with the System for Award Management (SAM) to be eligible for contract award. Interested parties can contact Bonifacio Magdaleno at BONIFACIO.MAGDALENO@USACE.ARMY.MIL or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL for further information.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting contractors for the control of aquatic invasive plant species at East Brimfield Lake in Fiskdale, Massachusetts. The project requires the application of Granular Fluridone herbicide to manage Fanwort and Eurasian Milfoil across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey and providing a detailed report on the effectiveness of the treatment. This initiative is part of the federal commitment to manage aquatic ecosystems and engage small businesses in environmental conservation efforts. Interested contractors must be registered in the System for Award Management (SAM) and comply with safety and reporting requirements, with the project expected to conclude by October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, EXCAVATION AND STABILIZATION
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, which focuses on excavation and stabilization efforts. This project encompasses various site development activities, including dredging, debris removal, installation of sheet piles, and bridge protection measures, aimed at enhancing the ecological integrity of the San José Lagoon and surrounding areas. The work is critical for restoring and maintaining the waterways, ensuring proper flow and structural stability, which are vital for environmental health and community safety. Interested contractors can reach out to primary contact Katrina Chapman at katrina.l.chapman@usace.army.mil or by phone at 904-401-2979, or secondary contact Samuela Adams at samuela.y.adams@usace.army.mil or 817-886-1168 for further details.
Lake Kaweah (Terminus Dam) Woody Debris Removal
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the removal of woody debris at Lake Kaweah (Terminus Dam) in Lemon Cove, California. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSBs), requires contractors to provide fixed-price bids for debris removal across five designated work zones, adhering to a detailed Performance Work Statement (PWS) and various federal regulations. The project is crucial for maintaining environmental safety and ecological integrity, with a contract duration from June 10, 2025, to June 9, 2027. Interested contractors must submit questions by May 1, 2025, and can reach out to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further information.
Repair Stilling Basins, Oologah Lake, Oklahoma
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Request for Proposal (RFP) for the repair of the stilling basin at Oologah Lake, Oklahoma. This project, classified under NAICS code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical infrastructure needs by dewatering the basins and executing necessary repairs. The anticipated contract, valued at up to $45 million, will utilize a Lowest Price Technically Acceptable procurement method, with proposals expected to be submitted by mid-June 2025. Interested vendors must register on the Interested Vendors List and the System for Award Management (SAM) to access the RFP and related documents, and they should note that costs incurred in response to this notice will not be reimbursed. For further inquiries, contact Clinton J. Yandell at clinton.j.yandell@usace.army.mil or Shawn G. Brady at shawn.brady@usace.army.mil.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
Aquatic Center Pool Service and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide pool service and maintenance for the Maltz Aquatic Center located at Joint Base San Antonio, Texas. The procurement requires comprehensive cleaning and maintenance services, including daily, weekly, and monthly upkeep, personnel management, and adherence to safety and environmental regulations. This contract is crucial for ensuring operational readiness and a safe training environment for the Special Warfare Training Wing. Interested parties must complete the Sources Sought questionnaire and submit all documentation by April 30, 2024, at 11:00 AM CDT, with inquiries directed to TSgt Kalyn Becker at kalyn.becker@us.af.mil or by phone at 210-802-2036.