Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2025 SAM #8699
SPECIAL NOTICE

C -- Hawthorne Army Depot New Bomb Request for Information

Notice Date
9/18/2025 1:27:42 PM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-25-I-HWAD
 
Response Due
10/13/2025 7:00:00 AM
 
Archive Date
10/09/2026
 
Point of Contact
Ashley Korves, Phone: 5206930095, John Fotos, Phone: 5715888563
 
E-Mail Address
ashley.m.korves.civ@army.mil, john.g.fotos.civ@army.mil
(ashley.m.korves.civ@army.mil, john.g.fotos.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Army Contracting Command - Rock Island, on behalf of Headquarters, Joint Munitions Command is issuing a request for information notice to identify capable sources for two stormwater detention pond projects at Hawthorne Army Depot (HWAD) in Hawthorne, NV. The first project includes clean-up/rehabilitation of the stormwater dry detention ponds. The second project includes design and construction of stormwater detention ponds. REQUIREMENT DESCRIPTION: Project one requires rehabilitation of storm water controls at the New Bomb open burn/open detonation demilitarization site. The requirement will include clearance of material from storm water detention ponds resulting from a flood event in accordance with the attached statement of work titled New Bomb Stormwater Detention Basins and Channel Clean-Up SOW. The potential for unexploded ordnance exists and must be considered in the cleanup of collected silt in stormwater detention ponds and spillways. Project two requires the design and construction of storm water controls capable of withstanding a 500-year flood event and contain a 100-year event in accordance with the attached statement of work titled New Bomb Design and Build SOW. The intent is for project one and the design part of project two to be completed concurrently with the construction part of project two to begin immediately after to avoid double movement of material and equipment as much as possible. Nearby storage location for transient materials is available, and aggregate can be stored on site for later reuse in construction of ponds and spillways. RESPONSES: Interested vendors are invited to indicate their interest by providing the U.S. Government with the following information no later than 0900 central on 14 October 2025: Provide a brief summary of the company�s capabilities (a description of the facilities, equipment, personnel experience, quality system, and past/current relevant experience). Any potential key subcontractors shall also be addressed, by indicating which key tasks or processes would be subcontracted and provide a brief summary of potential key subcontractors. Discuss the feasibility of the period of performance for tasks in each SOW. Does the contractor have the ability to accelerate the timeline? Can they be accelerated? Can any of this work be completed concurrently to create timeline efficiencies? Provide a Rough Order of Magnitude for each SOW. List all assumptions and basis of estimate. Discuss the advantages/disadvantages to the U.S. Government regarding the award of these two projects together to one contractor versus competing them separately. Discuss preferred contract type to include advantages to the U.S. Government and mitigation of risk. This request for information post is for information and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this request for information post or otherwise pay for information received. Industry responses to this request for information post will not represent binding offers, and the U.S. Government cannot accept an industry response to form a binding contract. The U.S. Government intends to use any information submitted in response to this request to determine a path forward for meeting the described requirements. In order to be eligible for contracts with the U.S. Government, Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquistion.gov. All interested companies are highly encouraged to get registered in SAM immediately. The U.S. Government will hold all information submitted in a confidential status. Response to this request for information shall be provided via email to John Fotos at john.g.fotos.civ@army.mil and Ashley Korves at ashley.m.korves.civ@army.mil. Submit questions to contact Contract Specialist, Ashley Korves, via email at ashley.m.korves.civ@army.mil. ATTACHMENTS: New Bomb Stormwater Detention Basins and Channel Clean-Up SOW HWAD Maps of Clearance Areas New Bomb Design and Build SOW HWAD NEW BOMB Drainage Improvements Project- Geotechnical Investigation Report HWAD-NewBomb - ExistingHydroBase - 070224-ExHydroSoilsGroups HWAD-NewBomb - ExistingHydroBase - 070224-Hydrology BasinsControlPoints
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b6a4ccc7401e4733b2468d4effe5347a/view)
 
Place of Performance
Address: NV 89415, USA
Zip Code: 89415
Country: USA
 
Record
SN07595693-F 20250920/250918230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.