Army Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Construction Material
United States
Purchaser Name: DEPT OF THE ARMY USA | Calcasieu River And Pass, Bar Channel Hopper Dredge Rental Contract No. 4-2025, Cameron Parish, Louisiana. Specification Nos. Om25128
Closing Date4 Dec 2026
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: The U.s. Army Corps Of Engineers (usace) Engineer Research And Development Center (erdc) Is Issuing This Announcement For Various Research And Development Topic Areas. The Erdc Consists Of The Coastal And Hydraulics Laboratory (chl), The Geotechnical And Structures Laboratory (gsl), The Environmental Laboratory (el) And The Information Technology Laboratory (itl) In Vicksburg, Mississippi, The Cold Regions Research And Engineering Laboratory (crrel) In Hanover, New Hampshire, The Construction Engineering Research Laboratory (cerl) In Champaign, Illinois, And The Geospatial Research Laboratory (grl) In Alexandria, Virginia. The Erdc Is Responsible For Conducting Research In The Broad Fields Of Hydraulics, Dredging, Coastal Engineering, Instrumentation, Oceanography, Remote Sensing, Geotechnical Engineering, Earthquake Engineering, Soil Effects, Vehicle Mobility, Self-contained Munitions, Military Engineering, Geophysics, Pavements, Protective Structures, Aquatic Plants, Water Quality, Dredged Material, Treatment Of Hazardous Waste, Wetlands, Physical/mechanical/ Chemical Properties Of Snow And Other Frozen Precipitation, Infrastructure And Environmental Issues For Installations, Computer Science, Telecommunications Management, Energy, Facilities Maintenance, Materials And Structures, Engineering Processes, Environmental Processes, Land And Heritage Conservation, And Ecological Processes. this Announcement Is Continuously Open; Pre-proposals May Be Submitted And Will Be Reviewed At Any Time Throughout The Year. The Availability Of Funds May Limit The Ability Of The U.s. Government To Make Awards In Specific Areas, Nevertheless Pre-proposals Are Sought Under This Announcement For All Research Areas Identified. for Additional Details On The Research Topic Areas And How To Submit Pre-proposals, Please Go To: https://www.erdcwerx.org/u-s-army-engineer-research-and-development-center-broad-agency-announcement/
Closing Date1 Jan 2026
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Purchaser Name: DEPT OF THE ARMY USA | Description: 7 February 2025 Update - See Attached Updated File "fy25-fy26 Projections_qtr 2_2025 02 07". this Update Supersedes All Previously Posted Information Under This Notice. Previous Uploaded Documents Have Been Removed. ************************************************************************* see Attached File "fy25 Projections_qtr 1_20241105" (file Removed) the U.s. Army Corps Of Engineers, Japan District (poj) Is Providing Notification Of Current And Projected Fy2025 Projects, For Informational Planning Purposes. The Following Requirements Will Only Be Solicited To Local Sources In Japan Through The Utilization Of Full And Open Competition Procedures, Unless Otherwise Specified. Local Sources Are Those Organizations Which Are Physically Located And Licensed To Conduct Business In Japan. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. This Notification Is Not A Solicitation And Information Contained In This Notice Is Subject To Change. Please Continue To Monitor Sam.gov For Individual Project Solicitation Issuance And Updates. Any Information That Conflicts With This Notice And Solicitation (if Issued), The Terms And Conditions Of The Solicitation Govern. industry May Submit Any Comments Or Concerns Regarding These Projections To The Point Of Contacts Identified Below For Consideration In Government’s Acquisition Planning. system For Award Management (sam) all Interested Companies, Including Joint Ventures, Shall Be Registered In The Sam Database In Order To Be Eligible For Award Of Government Contracts. Https://www.sam.gov. local Sources / Eligibility (updated 7 February 2025) contracts Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources, Unless Otherwise Specified. Only Local Sources Will Be Considered. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform Construction In Japan. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Construction Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. (b) In Addition, Offerors/bidders Must Possess A Japanese Civil Construction (doboku Isshiki Koji)) License Or Japanese Architectural Construction (kenchiku Isshiki Koji)) License By The Proposal/bid Due Date And Time. The U.s. Government Will Verify That The Offeror/bidder Has The License Through The Ministry Of Land, Infrastructure, Transport And Tourism (mlit) Website At Https://etsuran2.mlit.go.jp/takken. It Is The Responsibility Of The Offeror/bidder To Ensure That It Has The License (japanese Civil Construction Or Japanese Architectural Construction), And That It Is Accurately Shown On The Mlit Website, By The Proposal/bid Due Date And Time. Failure To Comply With This Requirement Will Be Cause For Rejection Of Your Offer/bid. (c) The U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. joint Venture. In The Event The Bidder/offeror Is A Joint Venture, The Bid/offer Must Be Signed By An Authorized Representative Of Each Participant In The Joint Venture. The Joint Venture As An Entity Shall Also Have An Active System For Award Management Registration – See Far 52.204-7 System For Award Management. electronic Bid/proposal Submission the Us Army Corps Of Engineers Japan District (poj) Has Transitioned To Procurement Integrated Enterprise Environment (piee) Solicitation Module For Bid And Proposal Submission (unless Otherwise Specified In The Solicitation), To Replace Dod Safe. It Is Highly Recommended That Contractors Create Their Piee Solicitation Module Account As Soon As Possible And Not Wait Till Bid/proposal Due Date, As Access May Take Time. The Following Information Is Provided For Reference. step 1: Complete Vendor Registration On Https://piee.eb.mil/. Instructions For Registration Can Be Found Through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/piee_solicitation_module_vendor_access_instructions.pdf step 2: Upload Offer In The Solicitation Module Through Https://piee.eb.mil/. Instructions For Uploading An Offer Can Be Found Through: Https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml point Of Contacts dr. Nakiba Jackson contracting Officer // Army, Air Force, Housing nakiba.s.jackson@usace.army.mil phone: 046-407-3398 ms. Jennifer Knutson contracting Officer // Dodea, Dla, Navy, Marine Corps jennifer.h.knutson@usace.army.mil phone: 046-407-8839 point Of Contact (okinawa) mr. Jack Letscher contracting Officer jack.t.letscher@usace.army.mil phone: 098-970-4402
Closing Date30 Sep 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: Amendment 0005 Posted To Extend Bid Opening Date Indefintely w912p825b0001 - Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana this Solicitation Will Be Issued As Unrestricted. The Naics Code For This Procurement Is 237990. The Magnitude Of Construction Is Between $25,000,000 And $100,000,000. description And Magnitude Of Work: The Work Consists Of Clearing And Grubbing; Construction Of New Diversion Channel; Construction Of Temporary Channel; Construction Of New Pump Station; Demolition And Installation Of New Roadway; Removal Of Existing Bridge; Construction Of Highway Bridge; Pile Installation; Construction Of Access Roads And Culverts; Preload Installation And Removal; Removal And Disposal Of Residential Structures; Maintaining Storm Water Management During Construction; Traffic Control And Coordination; Asphalt Paving, Placing High Performance Turf Reinforcement Mats; Surfacing, Riprap And Scour Protection; Stone Bedding, Turf Establishment; Hydroseeding, Geotextile Placement, Road Relocation, Installation Of Precast, Prestressed Concrete Pile, Pile Load Testing, Fencing And Gates, Dewatering, And Other Related Incidental Work. this Solicitation Will Be Issued As An Invitation For Bid (ifb). The Resulting Contract Shall Be Firm Fixed Price (ffp). when Posted, The Solicitation Will Be Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System (sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. Contractors Must Register At The Sam Website At Https://www.sam.gov To Download The Solicitation For This Project. If/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Bidders Must Check The Website Periodically For Any Amendments To The Solicitation. bidders Shall Maintain An Active Registration In The System For Award Management (sam) Database At Https://www.sam.gov To Be Eligible For A Government Contract Award. If A Bidder Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Bidder. Bidders Are Also Encouraged To Post Notices Of Prospective Subcontracting Opportunities On The Small Business Administration's Subnet, At Http://web.sba.gov/subnet. the Contract Specialist For This Solicitation Is Lauren A. Gandolfi At (504)862-2466 (lauren.a.gandolfi@usace.army.mil).
Closing Date6 Feb 2027
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Software and IT Solutions...+1Machinery and Tools
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: The U.s. Army Corps Of Engineers, Rock Island District, Intends To Procure Online Access To The Elsevier (knovel) Collections Outlined In A14 - Attachment A, On A Sole Source Basis With Elsevier Inc., In Accordance With The Statutory Of 10 U.s.c. 2304(c)(1) As Implemented By Far 13.106-1(b)(2), For Purchases Exceeding The Simplified Acquisition Threshold And Only One Source Reasonably Available. the Naics Code For This Procurement Is 513120 With 1,000 Employee Size Standard. this Notice Is Not A Request For Competitive Quotes And No Solicitation Will Be Issued; However, Any Small-business Firm That Believes It Can Meet The Requirement May Give Written Notification To The Contracting Officer In The Form Of A Capability Statement. Supporting Evidence In Sufficient Detail That Demonstrates The Ability To Comply With The Requirement Listed Must Be Furnished To The Point Of Contact Listed Below By Friday, 22 November 2024 At 12:00pm Ct. a Determination By The Government Not To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. the Us Army Corps Of Engineers, Rock Island District, Will Not Reimburse For Any Costs Connected With Supplying Sufficient Detail To Demonstrate The Ability To Comply With The Requirement Listed. In Order To Receive A Government Award, A Firm Must Be Registered In The System Award Management (sam) (www.sam.gov). Firms Must Register On A One-time Basis, And Annually Confirm Accuracy And Completeness Of Registration Information. questions And Capability Statements Should Be Directed To Jake Anderson At Jake.t.anderson@usace.army.mil.
Closing Date22 Nov 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Purchaser Name: DEPT OF THE ARMY USA | Atlanta Hotels Holiday Block Leave
Closing Date9 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Others, Construction Material, Machinery and Tools
Corrigendum : Closing Date Modified
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: This Sources Sought Announcement For Rfp W912dw25rxxxx (tbd) Albeni Falls Dam Spillway Gates Replacements Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Is Anticipated To Be Issued As A Supply, Firm-fixed Price Contract. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. The Proposed Project Is Anticipated To Be A Competitive, Firm-fixed-price Contract To Be Procured In Accordance With The Federal Acquisition Regulation (far) Part 15 (contracting By Negotiation), Using The Tradeoff Process To Acquire Gates In The Most Expeditious Manner Possible. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be Considered To Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Ownedsmall Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To The Naics Code Is 332312, Fabricated Metal Product Manufacturing, Psc Code Is 9640, Iron And Steel Primary And Semifinished Products And Small Business Size Standard 500 Employees. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Sam.gov (www.sam.gov). Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. background: the Seattle District, U.s. Army Corps Of Engineers Has A Requirement To Replace Existing Steel Spillway Gates At Albeni Falls Dam (afd), Oldtown Idaho. Afd Is A Concrete Gravity Structure Consisting Of Two Main Sections, The Spillway And Powerhouse. The Spillway With A Total Of 10 Spill-bays, Which Are Controlled By 32 Feet High By 41 Feet Wide Vertical Steel Lift Gates. These Gates Consist Of An Upper And Lower Leaf. One Additional Gate Is Available With Each Leaf Being Stored At The Top Of A Maintenance Slot To Be Used During Emergencies Or When Maintenance Is Required On Another Gate. The Gates Underwent Inspection In 2012 Which Identified Repairs And Maintenance That Were Needed To Ensure That The Gates Are In Good Operating Condition. A Contract Was Awarded In 2022 For The Repair And Maintenance Of The Gates. However, The Rehabilitation Efforts Will Be Stopped After The Return Of The First Rehabilitated Gate Has Been Returned To The Dam. The Project Is Seeking To Fabricate Replacement Gates. Replacement Spillway Gates Components Include: 1. Fabricate Minimum Five (5) And Maximum Eleven (11) New Vertical Lift Steel Spillway Gates Offsite Including Paint, Non-destructive Testing (ndt), Seals And Seal Heaters, Cathodic Protection, Wheels, Dogging And Latching Mechanisms. 2. Fabricate Two (2) New Lifting Beams For New Spillway Gates. Including Paint, Ndt, And Three (3) Electric Gear Motor Driven Actuators For Latching And Dogging Mechanisms On Lifting Beam And Gates. 3. Mobilize/demobilize A Crane To Transition Each Leaf Of The Gate(s) To A Designated Location In The Vertical Position For The Operating Project To Transfer And Install The Gate Into The Designated Slot With The Project Intake Gantry Cranes. Provide Fixture To Hold Gate Leaf In Vertical Position. 4.retrieve The Existing Gates From The Designated Location For Removal And Disposal Of The Existing Spillway Gates. 5. Verify The New Spillway Gate, Lifting Beam Equipment, And Electrical Features Are Properly Fitted And Tested. 6. Delivery Of New Fabricated Gates Need To Be Staged And Scheduled So That Usace Dam Operations Are Not Impacted. the Contract Solicitation And Award Is Planned In Fy26 For The First 5 Gates. The Remaining 6 Gates Will Be Optional Award Items To The Contract With Anticipated Award In The Subsequent Years. the Anticipated Naics Code May Be 332312, Fabricated Metal Product Manufacturing, However After The Results Of This Source Sought Have Been Consolidated And Analyzed, This Naics May Change Tonaics Code Is 237990, Other Heavy And Civil Engineering, Construction. requirements: interested Firms Should Submit A Capabilities Package, To Include The Following: 1. Firm's Name, Address, Point Of Contact, Phone Number, And Email Address. 2. Cage Code And Unique Entity Id (uei) Number. 3. Firm's Interest In Bidding On The Solicitation If Issued. 4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program, Other Than Small Business (large Business). 5. Firm's Joint Venture Information (if Applicable). 6. Response To The Attached Questions. all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. submit Responses Via Email To: Jeannette K. Patton, Contract Specialist, Jeannette.k.patton@usace.army.mil. responses Should Be Sent As Soon As Possible, But No Later Than 10:00 Am Pst, 29 April 2025. Subject Line: Afd Spillway Gate Replacements – Sources Sought Response all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) By Time Of Award And Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts. the Poc For Small Business Assistance Isenshane Hill-nomoto Via Cenws-sb@usace.army.mil.
Closing Date29 Apr 2028
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Others, Excavation, Drainage Work
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: Mississippi River, Baton Rouge To The Gulf, Head Of Passes, Hopper Dredge Disposal Area, Project #24-2 note: W912p824b0046 Has Changed To W912p825b0028. the Work Consists Of Satisfactory Removal Of Material Within The Limits Of The Hopper Dredge Disposal Area (hdda) Borrow Site And Disposal Of Material Within The Limits Of The Restoration Areas To The Required Dimensions, As Shown On The Contract Drawings And As Specified Herein. the Magnitude Of Construction Range For This Dredge Project Is Between$25,000,000.00 And $100,000,000.00. this Solicitation Will Be By Amendment. the Solicitation Documents For This Procurement Will Be Posted Onsam.gov. You Can Access These Files From A Link Located On Sam.gov(www.sam.gov). You Will Need The Adobe Acrobat Reader For .pdf Files(www.adobe.com) In Order To Open Most Files Posted By The New Orleans District. You Are Encouraged, For Marketing Purposes, To Register As An Interested Vendor In Beta.sam.gov (www.beta.sam.gov). This Can Be Done By Clicking On The Solicitation Title And Clicking On The Button That Says Register As An Interested Vendor And Entering Your Business Information. Offerers Are Also Encouraged To Post Notices Of Prospective Subcontracting Opportunities On The Small Business Administration's Subnet, Athttp://web.sba.gov/subnet. Offerers Must Be Registered With The System For Award Management (sam), In Order To Receive A Government Contract Award. To Register, The Sam Internet Address Is: Http://www.sam.gov. the Contract Specialists For This Solicitation Is Cori A.caimi At 504-862-1352 (email Cori.a.caimi@usace.army.mil) Or bambi Raja At 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Closing Date4 Dec 2026
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Others, Excavation, Construction Material
Corrigendum : Closing Date Modified
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: Mississippi River, Baton Rouge To Gulf Of Mexico, Southwest Pass Maintenance Dredging, Non-continuous Mile 6.0 Ahp To Mile 19.5 Bhp, Cutterhead Dredge No. 4-2025 (om25278) the Work Consists Of Furnishing One Fully Crewed And Equipped Cutterhead Dredge, With A Dredge Discharge Size Of 30 Inches Or Greater Inside Diameter (id), Complete In All Respects, Including All Attendant Plant, And Crew. Work Will Be Performed At The Mississippi River Southwest Pass Area And Possibly In Other Areas Of The New Orleans District. the Magnitude Of Construction Range For This Dredge Project Is Between $10,000,000.00 And $25,000,000.00. this Solicitation Will Be Issued On Or About 9 December 2024 And A Bid Opening Date Will Be Established In A Future Amendment. the Solicitation Documents For This Procurement Will Be Posted Onsam.gov. You Can Access These Files From A Link Located On Sam.gov(www.sam.gov). You Will Need The Adobe Acrobat Reader For .pdf Files(www.adobe.com) In Order To Open Most Files Posted By The New Orleans District. You Are Encouraged, For Marketing Purposes, To Register As An Interested Vendor In Beta.sam.gov (www.beta.sam.gov). This Can Be Done By Clicking On The Solicitation Title And Clicking On The Button That Says Register As An Interested Vendor And Entering Your Business Information. Offerers Are Also Encouraged To Post Notices Of Prospective Subcontracting Opportunities On The Small Business Administration's Subnet, Athttp://web.sba.gov/subnet. Offerers Must Be Registered With The System For Award Management (sam), In Order To Receive A Government Contract Award. To Register, The Sam Internet Address Is: Http://www.sam.gov. the Contract Specialists For This Solicitation Is Cori A.caimi At 504-862-1352 (email Cori.a.caimi@usace.army.mil) Or bambi Raja At 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Closing Date3 Feb 2027
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Purchaser Name: DEPT OF THE ARMY USA | Vtarng Rti Full Food Service Jan - Jun 2025
Closing Date19 Dec 2025
Tender AmountRefer Documents 
9801-9810 of 10000 active Tenders