Brandon Road Interbasin Project A-E Design Services Single Award IDIQ
ID: W912EK25RA012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is seeking qualified architect-engineer firms for the Brandon Road Interbasin Project (BRIP) to provide design services under a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to execute engineering services for a complex ecosystem restoration project aimed at preventing the movement of invasive species into the Great Lakes via innovative deterrent technologies, with a total contract ceiling of $85 million over a potential ten-year period. This project is critical for ecological management and sustainable navigation within the Illinois Waterway, emphasizing the need for a highly qualified team capable of delivering comprehensive design and engineering solutions. Interested firms must submit their qualifications by 2:00 p.m. Central Time on May 29, 2025, and can direct inquiries to Samantha Johanson at samantha.k.johanson@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Brandon Road Interbasin Project (BRIP) is pursuing an Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, solicited under Solicitation Number W912EK25RA012. This unrestricted procurement, finalized by May 29, 2025, aims to address environmental concerns by designing innovative deterrents to prevent invasive aquatic species from entering the Great Lakes. The project, estimated at $1.1 billion, will primarily unfold at the Brandon Road Lock and Dam in Illinois, lasting approximately eight years from November 2024 to November 2032. The contract emphasizes collaboration with a single Prime Contractor or Joint Venture, responsible for managing a multidisciplinary design team. Key selection criteria include professional qualifications, relevant experience, capacity to complete work, and knowledge of local conditions. The anticipated scope covers comprehensive design activities leading up to construction, involving extensive coordination with various federal and local stakeholders. The project entails multiple construction increments, focusing on ecological management and system innovations within the Illinois Waterway. Successful bidders must meet strict qualifications within their teams while adhering to the Service Contract Act regarding employee compensation. Overall, the BrIP aims to ensure sustainable navigation and environmental safeguards on a significant scale while managing the complexities of engineering and ecological balance.
    The Brandon Road Interbasin Project (BRIP) seeks qualified architect-engineer (A-E) firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract lasting up to ten years, with a ceiling of $85 million. The solicitation, numbered W912EK25RA012, is focused on engineering services for a complex ecosystem restoration project aimed at preventing invasive species from entering the Great Lakes through the Illinois Waterway. The contract includes comprehensive design services to advance from conceptual to complete designs and involves various external entities. The project’s duration is projected at eight years beginning November 2024. Significant engineering tasks will be performed under specified increments, including the construction of deterrent systems near the Brandon Road Lock and Dam. Selection criteria for firms prioritize professional qualifications, experience, capacity to deliver, past performance, and local knowledge. Prospective A-E firms must also ensure compliance with labor standards and register in the System for Acquisition Management (SAM). The overall aim of the contract is to effectively manage the project with a single Prime Contractor or Joint Venture, ensuring rigorous coordination and quality control throughout the planning, design, and construction phases of BRIP.
    The Brandon Road Interbasin Project (BRIP) is soliciting an Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a maximum ceiling of $85 million, to provide design and engineering services primarily for a complex ecosystem restoration project in Rockdale, IL. This project aims to prevent the movement of invasive species into the Great Lakes through innovative deterrent technologies. The solicitation includes criteria for professional qualifications, experience, capacity to complete work, past performance, and knowledge of the local area, emphasizing the need for a highly qualified team led by a prime contractor. The contract spans over five years with potential extensions and involves detailed tasks such as designing electrical systems, conducting geotechnical analyses, and coordinating with various stakeholders including government agencies and the navigation industry. A significant focus is placed on compliance with federal regulations concerning construction and organizational conflicts of interest. Interested firms must be proficient, registered, and submit proposals that outline their management approach and qualifications, demonstrating the capacity to deliver timely and high-quality engineering services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DUTCH GAP AQUATIC ECOSYSTEM RESTORATION, ANTIOCH, LAKE COUNTY, ILLINOIS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Dutch Gap Aquatic Ecosystem Restoration project located in Antioch, Lake County, Illinois. This project aims to restore stream, riparian, wetland, and buffering plant communities over a 785-acre area to enhance habitats for migratory birds and local wildlife, while addressing the ecological impacts caused by intensive agriculture and invasive species. The anticipated contract, valued between $5 million and $10 million, is expected to be advertised in the fourth quarter of fiscal year 2025, with bids due in the first quarter of fiscal year 2026. Interested contractors must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals; inquiries should be directed to Ericka Hillard at ericka.d.hillard@usace.army.mil.
    $450Million A-E Master Planning Services IDC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking qualified architect-engineer firms to provide Master Planning Services under a $450 million Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and guidelines. These services are crucial for effective planning and environmental management in support of military and civil projects. Interested firms, particularly those classified as small businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to respond to this sources sought notice by the extended deadline of January 16, 2026. For further inquiries, contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    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.
    W912EE26RA006 - 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 Dredging wit
    Dept Of Defense
    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 (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.
    PRESOLICITATION NOTICE FOR LAKE GEORGE EAST PHASE II DREDGING, EAST CHICAGO, LAKE COUNTY, ILLINOIS
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Lake George East Phase II Dredging project in East Chicago, Lake County, Illinois. This project involves the mechanical dredging of contaminated sediments from the Lake George Canal to enhance sediment and water quality, as well as habitat restoration, addressing legacy contamination issues. The estimated construction cost ranges from $5 million to $10 million, with a contract duration of 545 calendar days, and the solicitation is expected to be advertised in the second quarter of Fiscal Year 2026. Interested small business concerns must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, with inquiries directed to Ericka Hillard at ericka.d.hillard@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 2-2025 (OM25002)
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves dredging operations from Baton Rouge to the Gulf of Mexico. The primary objective of this procurement is to enhance navigational channels by constructing dredging facilities, which are crucial for maintaining the shipping routes in this vital waterway. This contract is significant for ensuring the efficient movement of goods and services through one of the busiest ports in the United States. Interested contractors can reach out to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352 for further details, while Bambi Raja is also available at Bambi.L.Raja@usace.army.mil or 504-862-1499 for additional inquiries.
    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)
    Dept Of Defense
    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.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    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.
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Dept Of Defense
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at enhancing civil works operations. The primary objectives include addressing maintenance of navigation channels, improving materials and repair methods for navigation structures, and developing solutions for sedimentation prediction and flood risk management. This initiative is critical for maintaining navigability and safety in U.S. waterways, with specific focus areas including the maintenance dredging of the Vermilion River in South Louisiana, which faces unique environmental and logistical challenges. Interested parties should submit solution briefs by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.