Geotechnical Engineering Services for Military and Civil Projects
ID: W9128F25S0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified contractors to provide full geotechnical engineering services for military and civil projects within the Northwestern Division. The procurement aims to identify contractors capable of performing a range of services, including levee and dam engineering, geotechnical field investigations, soil and material testing, and various engineering services related to infrastructure and environmental assessments. This opportunity is crucial for ensuring the integrity and safety of military and civil projects, and interested contractors are encouraged to submit their qualifications and relevant experience by April 15, 2025. For further inquiries, potential respondents can contact Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil.

Files
Title
Posted
Mar 31, 2025, 1:04 PM UTC
The U.S. Army Corps of Engineers, Omaha District has issued a Sources Sought Notice (W9128F25S0009) to identify potential contractors for full geotechnical engineering services related to military and civil projects in the Northwestern Division. This notice is solely for market research and does not constitute a request for proposals. The services sought include levee and dam engineering, geotechnical field investigations, soil and material testing, and various engineering services encompassing infrastructure and environmental assessments. Contractors are encouraged to submit a narrative demonstrating relevant experience, including project details, company information, and any socio-economic designations by April 15, 2025. The aim is to assess capable sources eligible to act as prime contractors for these services. All submissions will be confidential and are intended to inform the government’s acquisition decisions. The document emphasizes that responses should reflect the capacity to undertake A-E services, supported by specifics from similar projects in terms of scale and complexity.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
Architect-Engineer (A-E) Geotechnical Investigative Services SATOC
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Middle East District, is seeking qualified architect-engineer firms to provide geotechnical investigative services under a Single Award Task Order Contract (SATOC). The primary objective is to support design and construction activities for various missions associated with U.S. Central Command (CENTCOM) and other Department of Defense initiatives over a five-year period. This contract, valued at $9 million, will be awarded through full and open competition, with a performance period consisting of a 36-month base ordering period and a 24-month optional ordering period. Interested firms should submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can contact David Walden or Benjamin Williams for further information.
Unrestricted Military & Civil A-E Services MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is preparing to issue a presolicitation for an Unrestricted Military and Civil Architect-Engineering (A-E) Services Multiple Award Task Order Contract (MATOC). This procurement aims to award up to five firm fixed price Indefinite Delivery Contracts (IDCs) with a total capacity of $200 million for A-E services related to studies, analysis, and design for military and civil projects within the USACE Northwestern Division. The projects will encompass various types of facilities and structures on military bases and federal installations, including new construction, renovation, and maintenance of facilities such as barracks and utilities. Interested firms must register in the System for Award Management (SAM) and keep their information current, as solicitation documents will be available on https://SAM.gov. For further inquiries, contact Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil, with the contract performance period set for five years starting from the award date.
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.
W912BV24R0003
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a $5 million Single Award Task Order Contract (SATOC) for architect-engineering services focused on hydrologic and hydraulic engineering, modeling, and updates to water control manuals. This contract is crucial for supporting the Tulsa District's civil works missions, ensuring compliance with environmental regulations, and managing flood risks effectively. The necessity for these services is heightened by the potential risks to public safety and infrastructure integrity, particularly as only two firms were found to be highly qualified after market research indicated insufficient responses from a previous small business set-aside solicitation. Interested parties can reach out to Tyler Godwin at tyler.l.godwin@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil for further information.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
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.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
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.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.