Notice of Intent to Sole Source Volumetric and Sedimentation Surveys, and intake structure scans
ID: FY253042021Type: Special Notice
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

HYDROGRAPHIC MAPS, CHARTS AND GEODETIC PRODUCTS (7642)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 9:00 PM UTC
Description

The International Boundary and Water Commission (IBWC) is issuing a Notice of Intent to Sole Source for Volumetric and Sedimentation Surveys, as well as intake structure scans, to be conducted by the Texas Water Development Board (TWDB) in El Paso, Texas. The IBWC requires these services for the International Amistad Reservoir, International Falcon Reservoir, and Anzalduas Reservoir, with an estimated funding amount of $525,000. This procurement is critical for maintaining accurate water management and resource allocation in the region, and the TWDB is uniquely positioned to provide these services at cost. Interested parties may submit capability statements and letters of interest to Philip Johnson via email by 3:00 PM MST on April 11, 2025, to be considered for potential competition in this procurement.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Biosolids Sludge Dryer Alternative
Buyer not available
The International Boundary and Water Commission (IBWC) is seeking contractors to provide and install biosolids electro-osmosis dryers and low-temperature dryers, along with automated screw presses, at the Nogales International Wastewater Treatment Plant in Arizona. The project aims to enhance the biosolids drying process, ensuring a minimum of 80% dry solid content while maintaining compliance with federal, state, and local regulations. This procurement is critical for improving wastewater management and operational efficiency at the facility. Interested bidders must submit their proposals by May 27, 2025, and are required to attend a mandatory site visit on April 18, 2025, where they will collect wet sludge samples. For further inquiries, potential bidders can contact Seone Michael Jones at seone.jones@ibwc.gov.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
Blanket Purchase Agreements (BPAs) for the Washington Aqueduct
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking to establish Blanket Purchase Agreements (BPAs) for the Washington Aqueduct, aimed at fulfilling various supply and incidental service needs. The procurement encompasses six categories, including industrial supplies, electrical and HVAC supplies, laboratory and plant operations supplies, controls and instrumentation supplies, pumps and pump parts, and gases, with a total of up to eighteen BPAs anticipated over a five-year ordering period. The Washington Aqueduct is crucial for providing an average of 135 million gallons of water daily to its wholesale customers, emphasizing the importance of reliable supply chains for water treatment operations. Interested vendors must submit their capability statements by April 27, 2025, to the designated contacts, Erica Stiner and Leigha Arnold, with no current solicitation available for proposals.
Gulf Intracoastal Waterway, Texas Channel to Victoria, Maintenance Dredging, Calhoun and Victoria County, Texas
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Galveston District, is soliciting bids for the FY25 Maintenance Dredging project along the Gulf Intracoastal Waterway from Texas Channel to Victoria in Calhoun and Victoria Counties, Texas. The project entails the dredging of approximately 827,000 cubic yards of material, with options for additional dredging and extended completion times, all to be completed within a timeframe of about 79 calendar days. This maintenance dredging is crucial for ensuring navigability and safety along the waterway, which is vital for commercial and recreational activities in the region. Interested vendors should note that the contract is a firm-fixed price with an estimated value between $10 million and $25 million, and responses are expected by May 2025, following the solicitation issuance around April 2025. For further inquiries, potential offerors can contact Danelle Tate at Danelle.M.Tate@usace.army.mil or Traci Robicheaux at Traci.D.Robicheaux@usace.army.mil.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
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.
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.
ILLINOIS RIVER BASIN, ILLINOIS WATERWAY, PEORIA, ILLINOIS, PEORIA AND LAGRANGE END OF DAM WICKET BULKHEAD FABRICATION
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the fabrication, assembly, painting, and delivery of a steel bulkhead for the Illinois River Basin project in Peoria, Illinois. This procurement is a 100% Total Small Business Set Aside, specifically targeting firms within the Fabricated Structural Metal Manufacturing industry, as defined by NAICS code 332312. The bulkhead is a critical component for the Peoria and LaGrange end of dam operations, ensuring structural integrity and functionality within the waterway system. The official solicitation is anticipated to be released around June 1, 2025, and interested parties can contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further information.