Hydrologic and Hydraulic Engineering Single Award Task Order Contract
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified firms for a Hydrologic and Hydraulic Engineering Single Award Task Order Contract. The government is considering unrestricting this requirement to full and open competition, which was initially set aside for small businesses, and is requesting interested offerors to submit their capabilities statements by October 10, 2024, at 2:00 PM CST. This contract is crucial for providing engineering services related to hydrologic and hydraulic projects, which play a significant role in infrastructure and environmental management. For further inquiries, interested parties can contact Shawn Brady at shawn.brady@usace.army.mil or Tyler Godwin at tyler.l.godwin@usace.army.mil.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers' Huntington District, is seeking qualified architect-engineer firms to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify small business sources capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. The selected firms will be required to demonstrate their capacity to manage multiple teams of trained professionals and provide comprehensive engineering services, adhering to stringent compliance and quality standards. Interested parties must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by September 30, 2024, with a potential contract value of approximately $18 million over one year.
    Skiatook Wet Well
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit proposals for the replacement of low flow and wet well gates at Skiatook Lake in Oklahoma. This project, identified by solicitation number W912BV24R0122, requires contractors to provide temporary work platforms and potentially utilize portable cranes while ensuring proper water levels in the wet wells during the gate replacement operations. The procurement will follow a Best Value Trade Off method, with a firm-fixed price contract anticipated, and a total contract value limit of $45 million under NAICS code 237990 for Other Heavy and Civil Engineering Construction. Interested parties should note that the Request for Proposal (RFP) is expected to be released around 15 October 2024, with proposals due by 15 November 2024; for further inquiries, contact Kordel Tyler at Kordel.M.Tyler@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
    Replacement of the Tenkiller Dam Spillway Bridge, Oklahoma
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Proposal (RFP) for the replacement of the Tenkiller Dam spillway bridge located in Sequoya County near Gore, Oklahoma. The project entails the demolition of the existing bridge structures, construction of a new bridge with associated utilities, and ensuring uninterrupted power supply during the construction phase, all while restoring the site to its original condition post-construction. This opportunity is significant for contractors specializing in highway, street, and bridge construction, with an estimated contract value between $25 million and $100 million. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 237310 and are encouraged to attend a site visit on October 23, 2024, with proposals due by December 8, 2024. For further inquiries, contact Ryan Kelly at ryan.j.kelly@usace.army.mil or Shawn Adkins at SHAWN.A.ADKINS@USACE.ARMY.MIL.
    Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity in support of roof and building envelope design, evaluation, and analysis services in support of Louisville District customers.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide comprehensive roof and building envelope design, evaluation, and analysis services under a Single Award Task Order Contract (SATOC) with a maximum cumulative value of $15 million. The contract, which spans five years, will focus on various architect-engineer services primarily for roofing and building envelope repair and replacement for Army Reserve projects nationwide, including U.S. territories. The selected firm will be responsible for producing designs, conducting site assessments, and managing construction-related activities, with individual task orders estimated between $150,000 and $6 million. Interested firms must submit their qualifications and past performance questionnaires by 2:00 PM Eastern on October 7, 2024, and can direct inquiries to Alex Hamilton at alex.j.hamilton@usace.army.mil or by phone at 502-315-6252.
    SOUTH ATLANTIC DIVISION REGIONAL SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONTRACT FOR MAINTENANCE DREDGING
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is seeking qualified small businesses for a Multiple Award Task Order Contract (MATOC) focused on maintenance dredging within the South Atlantic Division (SAD) boundaries. The contract aims to establish a pool of contractors capable of performing dredging and surface cleanup activities, with a maximum combined capacity of $400 million and individual task orders valued between $1 million and $25 million. This procurement is critical for maintaining navigable waterways and supporting environmental management efforts in the region. Interested vendors must register on the Sam.gov website to receive updates and submit proposals by the due date of September 16, 2024, following the solicitation release on August 15, 2024. For further inquiries, contact Timothy Humphrey at 904-232-1072 or via email at TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL.
    Request for Information from Industry, Speed Increaser Powerhouse Project
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking industry input for the Speed Increaser Rehabilitation project at the Webbers Falls Powerhouse in Oklahoma. This Request for Information (RFI) aims to gather comments and suggestions regarding the complete turn-key repair of the existing speed increaser, which includes the design, fabrication, testing, and installation of new gear sets and associated components. The project is critical for maintaining the operational efficiency of the hydroelectric power system, with an estimated duration of 450 calendar days and a projected construction cost between $10 million and $25 million. Interested parties should submit their responses by April 26, 2024, and can contact Dario Rissone or Shawn Brady for further information or to schedule a site visit.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, through the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies in the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which includes a range of professional engineering tasks essential for various projects. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, as no other submission methods will be accepted. For further inquiries, Michael Stiltner can be contacted at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045, and all submissions must comply with SAM registration requirements.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    WD Mayo Alignment Structure
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers – Tulsa District is seeking contractors for the design-build replacement of an alignment cell at WD Mayo Lock and Dam 14, located on the Arkansas River in Oklahoma. The project, which is estimated to cost between $5,000,000 and $10,000,000, will utilize Fiber Reinforced Polymer (FRP) materials and aims to enhance the structural integrity of the dam. Interested firms, including small businesses and historically underutilized groups, are encouraged to submit their qualifications, relevant experience, and bonding capabilities by September 30, 2024, with the anticipated solicitation date set for November 2025. For further inquiries, interested parties may contact Kordel Tyler at kordel.m.tyler@usace.army.mil or Shawn Adkins at SHAWN.A.ADKINS@USACE.ARMY.MIL.