SOLICITATION NOTICE
C -- VA- DAM BRG &SEISMIC SFTY-IDIQ-DAM SAFTY
- Notice Date
- 3/24/2025 8:02:19 AM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FWS, GAOA Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- DOIFFBO250060
- Response Due
- 4/3/2025 12:00:00 PM
- Archive Date
- 04/17/2025
- Point of Contact
- Jerry Perry
- E-Mail Address
-
Jerry_Perry@fws.gov
(Jerry_Perry@fws.gov)
- Description
- THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE U.S. FISH AND WILDLIFE SERVICE INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. PROJECT INFORMATION: This market research concerns multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for Architects and Engineering Services (A/E) to support the Dam Safety Program at various U.S. Fish and Wildlife Service (FWS) locations throughout the United States. Each IDIQ requirement is projected to be valid for five years. The U.S. Fish and Wildlife Service (FWS) requires Safety Evaluation of Existing Dams (SEED) inspections, levee safety assessments, Pre-Title I, Title I, Title II, Title III, and compliance services with the National Environmental Policy Act (NEPA) for dam projects located at various FWS sites across the country. The FWS dam inventory includes approximately 16 high and significant-hazard dams as well as over 300 low-hazard dams, which consist of multiple types such as zoned and homogeneous earth embankment dams, gravity and arched concrete dams, roller-compacted concrete dams, and composite dams. The heights of these dams range from 6 to 103 feet, and their normal reservoir storage capacities vary from 15 to 254,000 acre-feet. Typical projects may encompass constructing new dams and rehabilitating or reconstructing existing dams, levees, and other hydraulic structures, along with their appurtenant facilities, such as spillways, outlet works, and gates. Common task orders may include but are not limited to, inspections, analyses, design, preparation of drawings and specifications, field investigations, risk analysis and Potential Failure Mode Analysis (PFMA), stability studies, hydraulic and hydrologic studies, biological and cultural studies, documentation, construction supervision, consultation, and Clean Water Act certification and permitting. The North American Industry Classification System (NAICS) code for this effort is 541330, Engineering Services. SUBMISSION REQUIREMENTS: Interested firms are invited to express their interest by submitting a capability statement. It is requested that the information identified be provided electronically to Mr. Jerry W. Perry at jerry_perry@fws.gov. Please provide the requested information no later than April 3rd, 2025. The submission of this information is for market research purposes only. The notice does not constitute a request for proposal, nor does the U.S. Fish & Wildlife Service intend to award a contract based on this request for information. The Government will not reimburse respondents for any costs incurred in preparation of a response to this request for information. All data received in response to this request for information marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested offerors shall address the requirements of this notice in written format by electronic mail to Mr. Jerry W. Perry at jerry_perry@fws.gov no later than April 3rd, 2025, at 3:00 pm Eastern time. Phone calls and fax transmittals will not be accepted. Personal visits to discuss this announcement will not be scheduled.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0282eaba887b479caa402f246024917c/view)
- Record
- SN07382732-F 20250326/250324230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |