SOURCES SOUGHT
Z -- Diving Services IDIQ, Tulsa District
- Notice Date
- 9/12/2025 12:00:28 PM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV25RA043
- Response Due
- 9/26/2025 11:00:00 AM
- Archive Date
- 09/12/2026
- Point of Contact
- Cheyenne Redemann, Phone: 9186697073
- E-Mail Address
-
cheyenne.a.redemann@usace.army.mil
(cheyenne.a.redemann@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Diving Services for US Army Corps of Engineers, Tulsa District. This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will be notified upon request following the sources sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research for anticipated contract procured in accordance with FAR part 15, Negotiated Procurement using Best Value Trade-off process and intends to solicit proposals on or about October 2025. The Tulsa District, U.S. Army Corps of Engineers (USACE ? Tulsa) requires commercial sources for the procurement of dive services to accomplish district wide operational support including emergency response. The primary geographic boundary for work executed under this contract is the Southwestern Division Tulsa Districts covering southern Kansas, Oklahoma, and northern Texas. USACE Tulsa is requesting Indefinite Delivery Indefinite Quantity (IDIQ) Dive Services Contract for various locations operating under the control of the Tulsa District. The Corps needs professional dive services to perform a variety of projects throughout the following states: Kansas, Oklahoma, and Texas. A more accurate description of the work to be performed will be given in the scope of each task order. A DRAFT Scope of Work is attached for reference. The work includes, but is not limited to: a) Diving activities shall be performed in a surface-supplied air mode, including 4-wire continuous hard-wire communications and diver-carried air reserve. All members of the dive team should be qualified to dive. This work requires a minimum 5-man dive team; a diver, two (2) tenders, a stand-by diver, and a diving supervisor, with the supervisor acting as the timekeeper. b) In addition to the diving equipment required by the dive team, the contractor shall have the following information and work materials available at the dive site while diving operations are underway: (US Army Corps of Engineers Diver Coordinator and District Safety Office provide approvals on the following documentation): approved Diving Operations Safe Practices Manual with sufficient Diving Log Sheets and Repetitive Dive Work Sheets; approved dive plan; approved activity hazard analysis; approved accident management plan; stop watch or equivalent as required to monitor times for each diver; standard first aid supplies; litter or tilt board; and an oxygen bottle with mask resuscitator. c) The Contractor shall inspect and clean intake and draft tube gate sealing surfaces in preparation for scheduled unit outages. Trash rack inspection/change out may also be required. Recovery and repairs may also be requested. In case of high flows or adverse weather conditions, the Government may suspend or reschedule the dives. d) The Contractor shall inspect the filling and emptying ports both upstream and downstream. The Contractor shall inspect the upstream and downstream of the lock, lock walls, and related structures. Each inspection will be scheduled by individual Task Orders. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and relevant experience of all business size standards to provide work assigned to USACE Southwest Division (SWD) as well as USACE national initiatives, international, and interagency support. The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Businesses are highly encouraged to respond to this sources sought. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that a firm will not pay more than 50% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Contractors responding to this Sources Sought must provide an Experience/Capabilities Statement (not to exceed 5 pages). EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 1) The Experience/Capabilities Statement is limited to 5 pages and shall be submitted in PDF format. 2) Provide Firms name, address, point of contact, phone number, e-mail address and business CAGE Code, as well as Unique Entity Identifier (UEI). 3) Provide any general information on the Firms Experience/Capabilities as they pertain to dive services and self-performance requirements. 4) Provide the Firms Teaming Arrangement, Joint Venture and/or Mentor-Protege information, as applicable. 5) Provide up to three examples of projects performed within the past 3 years relevant to this Sources Sought. Include the customer agency/installation name, project title, project location, contract number, project description, construction contract amount, and period of performance for each example project provided. If proposing as a Teaming Arrangement, Joint Venture and/or Mentor-Protege, the three examples provided must be submitted as a team and not as separate firms. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Cheyenne Redemann at Cheyenne.A.Redemann@usace.army.mil; phone number (918) 669-7073. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to Cheyenne.A.Redemann@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 26 September 2024 at 1300 CDT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/09e79f7d61bf46018dc8f889e19c1bf9/view)
- Record
- SN07589597-F 20250914/250912230047 (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 |