The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned.
Work would occur as assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division, which includes the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts, though will primarily occur through the Huntington District. This NAICS code assigned to this procurement will be 541330.
Contractor shall demonstrate through professional registration, company and personnel resumes, executed examples, and supporting customer feedback documentation the ability to provide engineering support of the following activities:
- Foundation pressure relief well engineering. “Relief well” or “well” may also refer to foundation drains in bedrock foundations:
- Characterization of relief well conditions through various methods including Step-Drawdown, Constant-Rate, Specific Capacity Testing, and Recovery Testing (Residual Drawdown Testing)
- Assess relief well and aquifer conditions by hydraulic testing methods.
- Downhole imaging to determine condition of relief wells.
- Analysis of contaminants and water chemistry of the well and aquifer.
- Analysis of microbes to allow for complete characterization of levels of biological activity.
- Complex modeling of system(s), both numerical and finite-element modeling.
- Previous and ongoing use of Engineering Manual (EM) 1110-2-1914
- Redevelopment and/or rehabilitation to re-establish the operating condition of the relief well by mechanical, the Blended Chemical Heat Treatment method, and other methods to rehabilitate wells.
- Maintain collection, disposal, and treatment of wastewater capabilities.
- Perform accurate assessments of post-treatment effectiveness from baseline conditions.
- Installation of new wells, including pilot holes
- Abandonment of existing wells in accordance with all relevant EM guidance.
- Perform comprehensive site assessments in order to complete design of new pressure relief well systems for various dam and levee projects.
- Review existing systems for performance and recommend changes to systems to enhance or augment operation.
- Develop and or manage individual and District-wide relief well operation and maintenance plans
- Analyze wells for efficiency and aquifer parameters.
- Video inspections, visual inspections, geochemical analysis and biofouling analysis for toe drain piping, seepage collection piping, and other related drainage structures to perform maintenance and rehabilitation
- Develop and manage individual and District-wide maintenance programs, including maintenance monitoring, for pressure relief piping, relief well collector piping, and other related drainage structures.
- Installation of paths/roads required to access relief wells.
- Water pressure testing to determine rock permeability.
- Aerial and or ground based geophysical surveying of embankments to include:
- Ground Penetrating Radar
- Direct Current Electrical Resistivity
- Frequency Domain Electromagnetics
- Self-Potential
- Transient EM
- Seismic Refraction and Reflection Techniques
- Gravity Techniques
- Remote sensing
- Borehole geophysics
- Multi-Channel Analysis Surface Wave Techniques
- Foundation and groundwater seepage studies
- Contaminated soil and groundwater cleanup related to relief wells.
- Environmental Studies and knowledge required related to Relief Wells, Toe Drains, and Collector Systems:
- All aspects of NEPA and other Federal Programs, State and Local Environmental Laws and Regulations - studies and designs
- Records of Environmental Consideration
- Site characterization
- Pollution prevention plans
- Risk assessments
- Contamination assessment
- Corrective action plans
- Hazardous and toxic waste surveys
- Sampling and Testing
- Surface/subsurface sampling of soils, sediments, rock, and water
- Sewer sampling
- Storm water discharge (NPDES)
- Procurement of Environmental Permits
- National Pollutant Discharge Elimination System (NPDES)
- Clean Water Act (CWA)
The submission is limited to 15 pages (30 front and back), to include:
1) Offeror's name, address, point of contact, phone number, and e-mail address.
2) Offeror's interest in proposing on a solicitation if issued.
3) Offeror's capability to perform a contract of this complexity and examples of comparable work performed within the past 5 years based on the above criteria.
4) Describe the professional qualifications of your firm. Provide the number and qualifications of registered professional personnel in the key disciplines noted above.
5) Describe your firms’ capacity to perform up to approximately $6,000,000.00 in work of the required type within a one-year period and accomplish the anticipated work in an efficient and quality manner.
6) Verification of Small Business Administration (SBA) certification(s).
All interested contractors should provide a response by close of business, June 16, 2025. Submit your response to Bob Rounay via email at Robert.P.Rounay@usace.army.mil.