Operations, Maintenance, Repair, Replacement, Rehabilitation (OMRRR) and Operational Testing (OT) Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Jacksonville District, has issued a Combined Synopsis/Solicitation for Operations, Maintenance, Repair, Replacement, Rehabilitation (OMRRR) and Operational Testing (OT) Services. This is an 8(a) Set-Aside opportunity for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support ecosystem restoration, flood control, and other civil works projects. Proposals are due April 17, 2026, at 12:00 PM local time.
Scope of Work
The contract requires comprehensive OMRRR and OT services for various features including pump stations, gates, weirs, levees, canals, culverts, spillways, navigation locks, and multi-feature restoration projects. Specific tasks include mowing, trimming, clearing, vegetation removal, fueling, cleaning, and greasing of equipment. Contractors must provide materials, equipment rentals, reports, and permits, and develop a Quality Control Program (QCP) and project-specific Accident Hazard Analysis (AHA) and Safety Plan. All work must comply with federal, state, and local regulations. Performance locations include Florida, Southeast Georgia, South Carolina, Puerto Rico, and US possessions in the Caribbean.
A sample task order outlines requirements for video inspection, cleaning, and post-inspection of the C-44 Reservoir's Toe Trench Drainage (TTD) System in Martin County, Florida. This involves pre- and post-cleaning video documentation, removal of sediments, silts, vegetation, and debris, and adherence to strict video quality and environmental standards.
Contract Details
- Contract Type: IDIQ MATOC
- Period of Performance: One base year with four (4) one-year option periods (total 5 years).
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Product/Service Code: Z1PA - Maintenance Of Recreation Facilities (Non Building)
- NAICS: 561210 (Facilities Support Services) with a size standard of $47,000,000.00.
Submission & Evaluation
- Proposal Submission: Electronic submission via email to the Contract Specialist and Contracting Officer.
- Proposal Deadline: April 17, 2026, at 12:00 PM local time.
- Questions Due: 10 calendar days after solicitation issuance.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) source selection. Proposals will be evaluated for technical acceptability (including past performance) and price. An "Acceptable" rating in all non-price factors is required for award consideration.
- Pricing: Bidders must use provided Labor Rates Price Sheet and Sample Task Order Price Sheet templates to formulate their proposals, detailing labor categories, equipment, and other direct costs.
Contact Information
- Primary: Kelly Koger (kelly.l.koger@usace.army.mil)
- Secondary: Dustin Furrey (dustin.l.furrey@usace.army.mil)