R--Aerial Photography and Digital Mapping
ID: DE-SOL-0003037Type: Presolicitation
Overview

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)

Set Aside

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

    Presolicitation The U.S. Department of Energy, Southwestern Power Administration (Southwestern) intends to issue a Request for Quote (RFQ) to aerially photograph and perform digital mapping for its existing transmission line corridors. These corridors include approximately 1106 miles in Missouri, Arkansas, and Oklahoma. The service is typically used to capture aerial images and create digital maps of transmission line corridors. The estimated release date for the solicitation package is on or about July 15, 2011 with quotes being due by August 5, 2011. Contractor registration in the Government's Central Contractor Registry (CCR) is required for eligibility. Contact Tammy Moreno at Southwestern Power Administration for more information.

    Point(s) of Contact
    Tamra D. Moreno tammy.moreno@swpa.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    99--Renewable Energy Certificates Registry
    Buyer not available
    The Department of Energy's Southwestern Power Administration is seeking information from qualified sources regarding the establishment of a Renewable Energy Certificates (REC) Registry. The objective of this procurement is to identify responsible sources capable of providing a tracking system or registry that will facilitate the creation, management, and retirement of RECs associated with renewable energy generated from SWPA's hydroelectric projects. This initiative is crucial as it aligns with national efforts to promote clean energy and comply with state renewable portfolio standards, particularly in Kansas, Missouri, and Texas. Interested parties are encouraged to submit their responses, limited to five pages, detailing their capabilities and experience by contacting Brooke Butcher at brooke.butcher@swpa.gov. The deadline for submissions is not specified, but timely responses are essential for the government's market research and planning purposes.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Replace Switchgear- FCC Forrest City
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking responses to a Sources Sought Questionnaire for a project to replace the 15KV switchgear assembly at the Federal Correctional Complex in Forrest City, Arkansas. Contractors are required to provide the necessary equipment, labor, and materials while ensuring compliance with manufacturers' recommendations and obtaining any necessary permits. This initiative is part of the Bureau's ongoing efforts to maintain and upgrade federal facilities, ensuring operational efficiency and compliance with safety standards. Interested parties must submit their responses via email by February 27, 2025, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide planning and design services for various Civil Works Projects in the Kansas City and Omaha Districts. The upcoming procurement aims to establish contracts similar to those awarded in May 2019, which included two multiple-award task order contracts (MATOCs) with a total capacity of $126 million, designed to enhance the Corps' capabilities in executing civil engineering projects. Interested firms should prepare for a Request for Proposals (RFP) anticipated to be released in the first quarter of Fiscal Year 2026, and can direct inquiries to primary contact Erick Ottoson at erick.s.ottoson@usace.army.mil or secondary contact Laura Hedrick at Laura.L.Hedrick@usace.army.mil for further information.
    R--Arkansas Valley Conduit (AVC) Property Boundary Surveys
    Buyer not available
    Presolicitation notice from the Department of the Interior, Bureau of Reclamation, Upper Colorado Regional Office, for the Arkansas Valley Conduit (AVC) Property Boundary Surveys. This procurement is a Total Small Business Set-Aside and falls under the category of Support-Professional: Land Surveys-Cadastral (Non-Construction). For more information, please refer to the attached document.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    M--Synopsis for the SRS M&O RFP 89233224RNA000008
    Buyer not available
    The Department of Energy, specifically the NNSA MO Contracting office, is preparing to release a Request for Proposal (RFP) for the Management and Operations of the Savannah River Site, identified as RFP 89233224RNA000008. This procurement aims to secure facilities support services essential for the effective management and operational oversight of the Savannah River Site, which plays a critical role in the Department's mission. Interested contractors are encouraged to reach out to Laura G. Gideon at laura.gideon@nnsa.doe.gov or by phone at 240-723-0975 for further details. The presolicitation notice indicates that the opportunity is forthcoming, and potential bidders should stay alert for additional announcements regarding timelines and submission requirements.
    Market Survey/RFI - Crossett Flux Scaffolding Tower Assessment - FAA/US Forrest Service
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for a Request for Information (RFI) regarding the assessment of the Crossett Flux scaffolding tower, which is owned by the U.S. Forest Service (USFS). The selected contractor will be responsible for a comprehensive evaluation, mapping, and structural analysis of the tower, ensuring compliance with national safety and engineering regulations, including OSHA standards and TIA-222 Rev. H guidelines. This assessment is crucial for determining the tower's viability for USFS use and identifying necessary maintenance efforts, with collaboration expected between the contractor, the FAA Logistics Center, and local USFS personnel. Interested parties can reach out to Raymond Lena at raymond.a.lena@faa.gov or Kristen Kendrick at kristen.n.kendrick@faa.gov for further details. The project will be funded by the FAA, and travel expenses will be reimbursed according to federal regulations.
    CSI BRIDGE AND SAP2000 MAINTENANCE
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotes for the maintenance of CSiBridge and SAP2000 software licenses. This procurement aims to ensure the continued functionality and support of these critical software tools, which are essential for structural analysis and bridge engineering projects. The selected vendor must be an authorized reseller of Computers & Structures, Inc., as the software is uniquely suited for finite element calculations required for Federal Lands projects. Quotations are due by February 24, 2025, and interested vendors should contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.
    C219--Topography Services 692-23-103
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide topographic survey and private utility location services under solicitation number 36C26025R0048, specifically for a project in White City, Oregon. The objective is to create a detailed topographic map that includes benchmark points, terrain features, and underground utilities, with deliverables required in both electronic formats and hard copies. This initiative emphasizes the government's commitment to utilizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for critical infrastructure projects, ensuring high standards of performance and compliance with federal regulations. Interested parties must submit their qualifications via Standard Form (SF) 330 by March 4, 2025, and should direct inquiries to Helen Woods at helen.woods@va.gov, as telephonic inquiries are not permitted.