Dredge Vessels Food Delivery
ID: W9127N25Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is seeking qualified vendors to provide groceries for the Essayons and Yaquina dredge vessels through a Blanket Purchase Agreement (BPA). This procurement is a total small business set-aside under NAICS Code 722310, focusing on food service contractors, and aims to ensure the vessels are supplied with essential food items, including a variety of meats and dairy products, as outlined in the attached pricing sheets. The maximum agreement value is set at $240,000, with individual call values ranging from $1,500 to $25,000, and interested offerors must submit their completed grocery price lists, including transportation costs, by March 14, 2025, at 3:00 PM PST via email. For further inquiries, vendors can contact Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Portland District, issued a combined synopsis/solicitation (W9127N25Q0031) for a Blanket Purchase Agreement (BPA) to provide groceries for the Essayons and Yaquina dredge vessels. This solicitation is a total small business set-aside under the NAICS Code 722310, and interested offerors must be registered in the System for Award Management (SAM). The expected maximum agreement value is $240,000, with a maximum single call value of $25,000 and a minimum of $1,500. Offerors are required to submit a completed grocery price list, including transportation costs for delivery to specified locations. The evaluation will assess price and compliance with delivery requirements. Quotes are due by March 14, 2025, at 3:00 PM PST, and must be submitted via email. Compliance with various federal acquisition regulations is mandatory, and the solicitation incorporates several clauses and provisions to ensure adherence to laws and executive orders applicable to commercial products and services. This initiative exemplifies the federal government's ongoing efforts to procure necessary supplies through competitive procurement channels.
    The document outlines delivery locations for a federal request for proposal (RFP) related to transportation services, emphasizing sites along the West Coast, including the Port of Astoria, Port of Longview, and multiple terminals in Oregon and California. Specific sites include Coos Bay and Morro Bay, which are noted as to-be-determined locations. It also includes information on transportation costs for round trips to these locations, though exact pricing details remain unfilled. The primary purpose appears to be to solicit bids or proposals for transportation services, indicating a structured process for responses from providers. The identified locations reflect the operational areas for the delivery of goods or services, essential in determining logistical needs and costs associated with each site. Proper bid submission will be required to fill in the transportation costs, playing a crucial role in the decision-making for awarding the contract to suitable vendors. This framework is crucial for achieving transparent and competitive procurement processes in line with government regulations.
    The document outlines a comprehensive list of various meat and dairy products available for procurement through government requests for proposals (RFPs) and grants. It includes a wide range of beef items—both raw and cooked—such as patties, briskets, and different cuts, as well as poultry options, including chicken and turkey in several forms (whole, pieces, and processed). Additionally, the file covers other protein sources like bison and duck, and extends to dairy and non-dairy products, including various cheeses, milk substitutes, and prepared desserts. The structure presents items categorized by protein type, detailing specifics like packaging, weight, and preparation state (raw, cooked, frozen, or fresh). This comprehensive inventory serves not only as a guide for governmental procurement entities seeking food supplies but also aids vendors in understanding the requirements and opportunities available in federal, state, and local procurement processes. The content emphasizes the emphasis on sourcing quality ingredients that meet strict health and dietary standards, aligning with the governmental goal of providing nutritious food options to various programs and institutions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dredge Potter Subsistence FY25 - FY30
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking proposals for the Dredge Potter Subsistence contract for the fiscal years 2025 through 2030. This procurement aims to secure food service contractors to provide sustenance for the Dredge Potter, which is essential for maintaining operational efficiency during dredging activities. The contract is set aside for small businesses, emphasizing the importance of supporting local economies and small enterprises in government contracting. Interested parties can reach out to Catherine Hansen at catherine.a.hansen@usace.army.mil or call 314-331-8520 for further details, while Angie Grimes is also available at angie.l.grimes@usace.army.mil or 314-331-8965 for additional inquiries.
    Laundry Services for U.S. Moorings and Dredges
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is soliciting proposals for laundry services for U.S. Moorings and Dredges under Solicitation W9127N25Q0012. The contract, which is a total small business set-aside, encompasses a base year plus four optional renewal years, requiring the contractor to provide laundering services for employee garments and bedding aboard the Dredge Essayons and Dredge Yaquina, while adhering to safety regulations and performance standards. This initiative is crucial for maintaining hygiene and safety in hazardous work environments, ensuring compliance with federal regulations and operational efficiency. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes by March 17, 2025; for further inquiries, they can contact Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil.
    Garibaldi and Depoe Bay Pipeline 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking contractors for the Garibaldi and Depoe Bay Pipeline 2025 project in Oregon. This presolicitation opportunity is a total small business set-aside under FAR 19.5, focusing on the construction of dredging facilities, categorized under NAICS code 237990. The project is significant for enhancing infrastructure and ensuring efficient waterway management in the region. Interested parties can reach out to Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.
    FY25 Willapa Bay Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the FY25 Willapa Bay Maintenance Dredging project in Washington. This procurement aims to engage contractors for the construction of dredging facilities, which are essential for maintaining navigable waterways and ensuring safe passage for maritime traffic. The project underscores the importance of effective dredging operations in supporting local economies and environmental management. Interested contractors can reach out to Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Scott Britt at scott.w.britt@usace.army.mil for further details as the presolicitation notice progresses.
    Great Sodus and Oak Orchard Harbor Dredging
    Buyer not available
    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is soliciting bids for the Great Sodus and Oak Orchard Harbor Dredging project, which is set aside for small businesses. The procurement aims to enhance navigability and safety in these harbors by performing dredging operations, which are critical for maintaining waterway access for commercial and recreational vessels. Interested contractors should note that the project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and the PSC code Y1PZ, which pertains to the construction of non-building facilities. For further inquiries, potential bidders can contact Peter Gembala at peter.r.gembala@usace.army.mil or Jeffrey Ernest at Jeffrey.G.Ernest@usace.army.mil, with the contract details and deadlines to be provided in the solicitation documents.
    USACE: Portland District Clamshell Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking sources for clamshell dredging services in Newport, Oregon. This procurement aims to identify qualified contractors capable of performing dredging operations, which are critical for maintaining navigable waterways and supporting environmental restoration efforts. The opportunity falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction. Interested parties can reach out to Julia Henry at julia.b.henry@usace.army.mil or Christopher Burroughs at christopher.d.burroughs@usace.army.mil for further information regarding this sources sought notice.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Mississippi River Southwest Pass, with potential operations in other areas of the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring safe passage for maritime traffic, with a contract value estimated between $10 million and $25 million. Interested vendors should prepare for the solicitation, which is expected to be issued around December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The service being procured is the furnishing of one fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for dredging work in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this project is between $10,000,000.00 and $25,000,000.00. The solicitation documents will be posted on Sam.gov and interested vendors are encouraged to register on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
    Buyer not available
    Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The service required is the furnishing of one fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge project will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $10,000,000.00 and $25,000,000.00. Interested vendors are encouraged to register on beta.SAM.gov and offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.