Intent to Sole Source - National Levee Safety Study
ID: W912QR24R0084Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA
Timeline
  1. 1
    Posted Sep 4, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 4, 2024, 12:00 AM UTC
  3. 3
    Due Sep 14, 2024, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), intends to award a sole-source contract to the National Academies of Sciences (NAS) for an independent review of the National Levee Safety Guidelines (NLSG). The contractor will convene an ad hoc committee of experts across various disciplines, including engineering, climate science, and risk management, to evaluate the first edition of the guidelines and provide recommendations for future editions. This review is critical for ensuring the guidelines are technically sound and widely accepted, as it falls under the National Levee Safety Program established by the Water Resources Development Act of 2007. Interested parties can contact Matthew Judd at matthew.p.judd@usace.army.mil for further information regarding this procurement.

Point(s) of Contact
Files
Title
Posted
Sep 4, 2024, 5:22 PM UTC
The document outlines the justification and approval for a sole-source contract awarded by the U.S. Army Corps of Engineers (USACE) to the National Academies of Sciences (NAS) for an independent technical review of the National Levee Safety Guidelines. This procurement falls under the National Levee Safety Program, established by the Water Resources Development Act of 2007, to develop consistent best practices for levee safety across the U.S. The NAS is uniquely qualified to conduct this review due to its independent status and expertise, which ensures an objective evaluation free from industry bias. The contract requires NAS to review the first edition of the guidelines and document its methodology, providing recommendations for future editions. The review process is crucial for ensuring the guidelines are technically sound and widely accepted. The justification for using NAS exclusively rests on the necessity for impartiality, the complex nature of the guidelines, and the inability of government agencies or other firms to provide a similar level of expertise without bias. Market research confirmed that no other firms could match NAS's qualifications for this specialized task. The document concludes with approvals for the sole-source procurement, contingent upon the availability of funds, solidifying the importance of independent oversight in developing national levee safety practices.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Prequalification of Sources, Levee Repair Construction Contracts, United States Army Corps of Engineers, Omaha District
Buyer not available
The U.S. Army Corps of Engineers (USACE), Omaha District, is seeking to establish a Prequalified Sources List (PSL) for levee repair construction contracts in South Dakota, Iowa, Missouri, and Nebraska. This initiative aims to facilitate the repair of levees located in the Missouri River Basin, with the majority of construction work expected to be self-performed by prime contractors. The procurement is set aside for small businesses under NAICS code 237990, and local contractors in designated disaster areas may also be prioritized. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents via SAM.gov. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Clinton Russell at clinton.e.russell@usace.army.mil.
SWC DESIGN-BUILD MATOC - DRAFT RFP
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking feedback on a draft Request for Proposals (RFP) for the Design-Build Multiple-Award Task Order Contract (MATOC) aimed at supporting the Southwest Coastal Louisiana Coastal Storm Risk Management Project. This procurement intends to establish a target of five contractors under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a total shared capacity not to exceed $957 million, to design and construct floodproofing for up to 3,189 eligible properties in Louisiana's lowest-lying floodplain. The MATOC will primarily facilitate floodproofing efforts within the Southwest Coastal Louisiana project, with potential future applications for other nonstructural storm risk management projects in the region. Interested vendors are encouraged to provide feedback and ask questions via ProjNet by the closing date, and may contact Jocelyn Rain at jocelyn.w.rain@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil for further information.
MVD Levee Requirements for FY 25
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
PEER REVIEW - CORROSION MITIGATION
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for an independent scientific review of the draft "Technical Memorandum 8540-2024-13 Corrosion Mitigation for Buried Metallic Water Pipe." The objective of this procurement is to engage three subject matter experts in corrosion engineering who will evaluate the memorandum's updated corrosion protection requirements and provide recommendations based on current industry standards. This initiative is crucial for enhancing the durability of buried metallic pipelines and ensuring compliance with regulatory mandates, as it aims to extend the useful life of infrastructure through a comprehensive review process that includes public comments. Interested parties can contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details regarding the solicitation.
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.
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.
Boggs L&D Fiber Reinforced Polymer (FRP) Floating Guide Wall
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is seeking expressions of interest from qualified contractors for the Boggs L&D Fiber Reinforced Polymer (FRP) Floating Guide Wall project in Catahoula Parish, Louisiana. The objective is to replace a damaged concrete guide wall pontoon at the Lindy C. Boggs Lock and Dam with a modular FRP structure designed for easy handling and assembly without heavy equipment. This project is critical for maintaining navigational safety and efficiency at the lock and dam, as the new structure will integrate with existing infrastructure without requiring modifications. Interested firms must submit a capabilities package by April 28, 2025, to the designated contracting officer, Dustin G. Cannada, at dustin.g.cannada@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for future contract awards.
Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.
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.
North Atlantic Division FY25 Dredge Schedule Notification
Buyer not available
The U.S. Army Corps of Engineers (USACE), North Atlantic Division (NAD), is announcing the Fiscal Year 2025 dredging projects scheduled for solicitation across various districts, including Norfolk, Baltimore, Philadelphia, New York, and New England. The opportunity encompasses a range of maintenance dredging projects aimed at ensuring navigable waterways and supporting coastal infrastructure, with detailed schedules provided in accompanying documents that outline project locations, dredge types, material quantities, and timelines for advertisement and completion. These projects are critical for maintaining navigation channels and structures essential for maritime operations, with significant contracts including maintenance dredging in Newark Bay, beach nourishment efforts in Rehoboth Beach, and the Craney Island Eastward Expansion in Virginia. Interested contractors can reach out to primary contacts Brooke Patterson at brooke.l.patterson@usace.army.mil or Jason Moy at jason.n.moy2@usace.army.mil for further details, with project timelines spanning from December 2024 to March 2026.