Manatee Protection System (MPS) Operations and Maintenance Services
ID: W912EP26QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers Jacksonville District, is seeking qualified contractors to provide operations and maintenance services for the Manatee Protection System (MPS) at six Lock and Dam facilities in Central South Florida. The contract encompasses a multiple-year, firm-fixed-price service agreement that includes maintenance, repair, and upgrades of critical systems designed to prevent manatees from being trapped or harmed by lock and dam gates, utilizing advanced electromechanical and acoustic technologies. This procurement is vital for ensuring the safety of manatees and maintaining compliance with environmental regulations. Interested parties must submit their quotes by November 19, 2025, at 12 PM EST, and can direct inquiries to Brittany Jackson at brittany.r.jackson@usace.army.mil or Dustin Furrey at dustin.l.furrey@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number W912EP26QA001, issued by W074 ENDIST JACKSNVLLE KO CONTRACTING DIVISION. The primary purpose of this amendment is to extend the Request for Quote (RFQ) due date from November 10, 2025, to November 19, 2025, at 12 PM EST. This change is outlined in Item 14 and the Continuation Page, which explicitly revises the "Response Due Date." All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The amendment also specifies procedures for offerors to acknowledge receipt, either by completing designated items and returning copies, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge the amendment by the revised due date may result in the rejection of an offer.
    The provided government file outlines a comprehensive contract for labor, parts, and services across a base year and four option years, with all cost fields currently set to zero. Key labor categories include management, administrative support, installation/maintenance/repair, and dive operations. The contract also details specific parts such as water level sensors, encoders, controller cards, and miscellaneous components, alongside maintenance for data loggers, document packages, and ADS4 hardware. Services cover routine and emergency calls, as well as specialized dive operations for cleaning sensors, inspecting/repairing manatee protection screens, and maintaining spillway equipment. Additionally, the contract mentions potential requirements for documentation package revisions, manufacturing of sensor arrays and mounting brackets, and provisions for additional repairs, including sensor replacement. The structure consistently includes sections for direct and indirect labor costs and totals for each period of performance, indicating a detailed framework for tracking expenses once prices are established.
    This document addresses questions regarding Request for Quote (RFQ) W912EP26QA001 for Manatee Protection System (MPS) Operations and Maintenance Services. Key clarifications include that greyed-out items in CLIN 0002 are
    This government Request for Quote (RFQ) W912EP26QA001 outlines a multiple-year, firm-fixed-price service contract for the operations, maintenance, repair, and upgrades of Manatee Protection Systems (MPS) at six Lock and Dam facilities within the U.S. Army Corps of Engineers Jacksonville District in Central South Florida. The MPS are critical for preventing manatees from being trapped or crushed by lock and dam gates, utilizing electromechanical acoustical sensors, exclusion screens, and piezoelectric detection systems. The contract requires a qualified contractor to provide all personnel, equipment, and supplies for regularly scheduled maintenance, cleaning, calibration, troubleshooting, performance verification, and repairs, including emergency services with a 24-hour response time. Key personnel with specific expertise in diving, acoustics, programming (PLC Ladder Logic), and electronics are required. The contractor must also manage spare parts, maintain comprehensive design documentation, and adhere to strict security, safety, and reporting requirements, including AT Level I training and SAM.gov service contract reporting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    TAMPA HARBOR, DREDGE MATERIAL MANAGEMENT AREA 3-D SITE IMPROVEMENTS AND MAINTENANCE, HILLSBOROUGH COUNTY, FLORIDA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction and maintenance of improvements at the Tampa Harbor Dredged Material Management Area 3-D in Hillsborough County, Florida. This project involves the construction of two new weir structures, associated earthwork, repair of eroded dike sections, and modifications to existing weir infrastructure, with an estimated construction cost ranging from $5 million to $10 million. The procurement is crucial for enhancing the management of dredged materials and ensuring the structural integrity of the harbor facilities. Interested contractors must submit their bids electronically by December 12, 2025, at 1:00 p.m. EST, with a bid guarantee requirement and performance bonds stipulated. For further inquiries, contact Nicole Batista-Cruz at nicole.m.batista-cruz@usace.army.mil or Timothy Humphrey at Timothy.G.Humphrey@usace.army.mil.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging services in the Southwest Pass area of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, and the construction magnitude is estimated to be between $10 million and $25 million. This dredging work is crucial for maintaining navigable waterways, ensuring safe passage for commercial vessels in the region. Interested contractors should prepare for the solicitation, which is expected to be issued on or about December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking industry input for the rehabilitation of the seaward 400 feet of the St. Lucie South Jetty located in Martin County, Florida. This Request for Information (RFI) aims to gather insights on capabilities, methodologies, and technologies necessary for the repair and stabilization of the jetty, which has suffered significant degradation threatening the stability of the inlet and surrounding areas. The project is critical for maintaining navigability and ensuring the structural integrity of the jetty, which serves as a vital access point to the Atlantic Ocean. Responses to this RFI are due by 5:00 PM EST on January 2, 2026, and an industry conference call will be held on January 6, 2026, for further discussion. Interested parties can contact Nicole Batista-Cruz at Nicole.M.Batista-Cruz@usace.army.mil or Ruth C. Rodriguez at Ruth.C.Rodriguez@usace.army.mil for more information.
    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
    Buyer not available
    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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.