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
    Y--Pre-Solicitation Synopsis - COTP Design-Build
    Energy, Department Of
    The Department of Energy is preparing to solicit bids for the California Oregon Transmission Project (COTP) Series Capacitor Bank Two-Phase Design-Build Construction Project. This procurement aims to engage qualified contractors to undertake the design and construction of a series capacitor bank, which is crucial for enhancing the efficiency and reliability of power transmission in the region. The project falls under the NAICS code 237130, which pertains to the construction of power and communication line structures, highlighting its significance in supporting utility infrastructure. Interested contractors can reach out to Jonathan D. Dittmer at dittmer@wapa.gov or call 605-353-2641 for further details as the presolicitation notice indicates upcoming opportunities for engagement.
    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.
    Switchgear Transformer Maintenance Service
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is soliciting quotes for Switchgear Transformer Maintenance Service at the McAlester Ammunition Plant in Oklahoma. This procurement involves the inspection, maintenance, testing, and servicing of switchgear transformer equipment in accordance with ANSI standards, with a contract duration of 12 months. The services are critical for ensuring the reliability and safety of electrical distribution systems at the facility. Interested small businesses must submit their quotes electronically by December 22, 2025, at 12:00 PM CDT, to Andrea Jones at andrea.jones36.civ@army.mil, including required attachments and pricing details.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    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.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    61--CABLE,POWER,ELECTRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electrical power cable, specifically NSN 6145012022040, with a requirement of 1,150 feet to be delivered to the Southwest Regional Maintenance Center. This procurement is categorized as a qualified products list (QPL) item, emphasizing the importance of compliance with military specifications and standards for the goods being sought. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Washington Aqueduct Electrical SATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified 8(a) contractors for the Washington Aqueduct Electrical SATOC, a firm-fixed price, design-build, indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to provide electrical support services for the Washington Aqueduct, which includes repair, upgrade, and maintenance of electrical systems within a complex water treatment facility that serves Washington, DC, and parts of Northern Virginia. The contract has a capacity of $8 million and a five-year ordering period, with the solicitation expected to be issued around April 21, 2025. Interested vendors should register with the System for Award Management (SAM) and may attend an industry day on April 2, 2025, at 6000 MacArthur Blvd, Bethesda, MD, for further details. For inquiries, contact Angela Padua at angela.s.padua@usace.army.mil or Sharon Alexander at sharon.l.alexander@usace.army.mil.