Structural Collapse Venue Site Clean Up
ID: W912SV25QA017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NE USPFO ACTIVITY MA ARNGDEVENS, MA, 01434-3505, USA

NAICS

Solid Waste Collection (562111)

PSC

SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY (P100)

Set Aside

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

    The Department of Defense, specifically the Massachusetts Army National Guard, is seeking qualified contractors for the Structural Collapse Venue Site Clean Up at Joint Base Cape Cod, Bourne, Massachusetts. The project requires comprehensive clean-up services for a site that simulates collapsed buildings used for domestic contingency training, with a performance period scheduled from September 2 to September 5, 2025. This procurement is a Total Small Business Set-Aside under NAICS code 562111, and proposals will be evaluated based on past performance and price, with quotes due by 2:00 P.M. EST on August 15, 2025. Interested vendors should direct inquiries to Christopher Edwards at christopher.p.edwards27.mil@army.mil and ensure they are registered in SAM with an active Cage Code for invoicing purposes.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation W912SV-25-Q-A017 is a Request for Quotation (RFQ) for Structural Collapse Venue Site Clean Up services at Joint Base Cape Cod Camp Edwards, Bourne, MA. This is a small business set-aside under NAICS code 562111 ($47M size standard). The contract will be a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. The anticipated performance period is from September 2 to September 5, 2025. Proposals are being requested without a formal written solicitation. Offerors must provide documentation of past experience, expertise, and at least two within-scope federal contract awards from the past five years. Evaluation will be based on past performance and price. Vendors must be registered in SAM with an active Cage Code and use WAWF for invoicing. Quotes are due by 2:00 P.M. EST on August 15, 2025, via email. Questions must be submitted in writing by 2:00 P.M. EST on August 7, 2025.
    The document outlines a Request for Quotation (RFQ) for Structural Collapse Venue Site Clean Up services at Joint Base Cape Cod, Bourne, MA, issued under solicitation number W912SV-25-Q-A017. The contract will be awarded as a Firm-Fixed Price (FFP) without discussions, following FAR Part 13 Simplified Acquisition Procedures. This requirement is set aside for small businesses under NAICS code 562111, with a small business size standard of $47 million. Vendors must submit their past experience and examples of federal contracts awarded within the last five years. The anticipated performance period is from September 2 to September 5, 2025. Quotes are due by 2:00 PM EST on August 15, 2025, and inquiries must be submitted by August 7, 2025. Interested parties must register in the System for Award Management (SAM) and comply with electronic invoicing through the Wide Area Work Flow (WAWF). The document establishes guidelines for assessment of proposals, including price evaluation for fairness and reasonableness, and references relevant acquisition regulations and clauses. Overall, this RFQ reflects the government's focus on facilitating clean-up operations while ensuring compliance with acquisition processes and support for small businesses.
    The Performance Work Statement (PWS) outlines requirements for clean-up services at the Region 1 Homeland Response Force (HRF) – Collective Training Event TY2025 Structural Collapse Venue Site (SCVS) at Camp Edwards, Joint Base Cape Cod, MA. The contractor must provide all personnel, equipment, tools, and materials to clean up and reset the SCVS, which simulates collapsed buildings for domestic contingency training. The work period is from September 2 to September 5, 2025, during specific daytime hours. The contractor is responsible for site visits, providing heavy equipment and construction materials for debris removal, and ensuring all materials and equipment are removed after performance. Key requirements include compliance with safety, environmental, and security regulations, mandatory employee training (AT Level 1, iWATCH), and adherence to strict identification and access procedures. The contractor must also report all labor hours via SAM.gov. The government will provide workspace and utilities, but the contractor is responsible for all other resources.
    The document outlines the Performance Work Statement (PWS) for the Region 1 Homeland Response Force (HRF) regarding the cleanup of the Structural Collapse Venue Site (SCVS) as part of a collective training event scheduled for September 2-5, 2025. The contractor is responsible for providing all necessary personnel, equipment, and materials for a thorough cleanup to support search and extraction operations, ensuring realistic training environments for National Guard personnel. The PWS details operational hours, security requirements, contractor responsibilities, and compliance with safety and environmental regulations. Key tasks include removing debris, preparing sites for clean-up, ensuring safety standards are met, reporting labor hours, and submitting a close-out report. A designated Contract Manager will oversee performance, and contractors must adhere to strict security protocols, including background checks for personnel accessing the facility. The document emphasizes the significance of readiness for domestic emergencies while maintaining compliance with various federal mandates. The completion of this project is crucial for enhancing regional preparedness capabilities in response to natural disasters and terrorism, aligning with broader government training objectives.
    The document W912SV25QA017, titled "QUESTION AND ANSWER STRUCTURAL COLLAPSE VENUE SITE CLEAN-UP," addresses inquiries related to a site clean-up project. It clarifies that photos of the current site condition are available and will be provided as attachments. Furthermore, the document explicitly states that there is no requirement to support an exercise; the sole requirement for this project is to clean up the site as detailed in the Performance Work Statement (PWS). This indicates the document is part of a procurement process, likely an RFP, focusing on a specific clean-up service with clearly defined scope and deliverables.
    The document outlines mandatory contract clauses for federal government RFPs, integrating FAR and DFARS clauses by reference and full text. Key sections include requirements for System for Award Management (SAM) maintenance, commercial and government entity code maintenance, and general contract terms for commercial products and services. Specific DFARS clauses address compensation of former DoD officials, whistleblower rights, antiterrorism training, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations with specific regimes or regions. The document details Wide Area WorkFlow (WAWF) payment instructions, including definitions, access, training, submission methods, and routing data. It also incorporates FAR clauses implementing statutes and Executive Orders, such as those related to prohibiting certain confidentiality agreements, Kaspersky Lab products, specific telecommunications equipment, inverted domestic corporations, and accelerated payments for small business subcontractors. The document emphasizes compliance with labor standards, environmental regulations, and various socio-economic programs like those for small businesses, veterans, and individuals with disabilities. It further specifies requirements for audits, record keeping, and flow-down clauses for subcontracts, ensuring comprehensive regulatory adherence for contractors.
    The document outlines the contract clauses and requirements for federal government procurement, specifically related to RFPs and grants. It details the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated by reference, including essential topics such as whistleblower rights, safeguarding defense information, and anti-terrorism training for contractors. The structure includes both incorporated clauses by reference and those provided in full text, emphasizing contractor responsibilities related to payment requests, the use of the Wide Area Workflow system, and compliance with various statutes and executive orders. Key clauses such as 52.204-13 on System for Award Management maintenance and 52.212-5 requiring adherence to statutes in commercial product acquisitions are highlighted. Additionally, it specifies evaluation criteria for offers based on price and past performance, underscoring the importance of contractor capability in meeting government requirements. The document serves as a comprehensive guide for potential contractors to ensure compliance with federal procurement standards while facilitating transparent bidding processes. Its structured layout ensures easy navigation of pertinent clauses necessary for successful contract adherence and execution.
    This document, Wage Determination No. 2015-4045 Revision No. 32, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contracts in Barnstable and Plymouth Counties, Massachusetts, effective July 8, 2025. It details hourly rates for numerous administrative, automotive, food service, health, IT, and other occupations. The determination emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered workers, with rates adjusted annually. It also covers paid sick leave under EO 13706, requiring 1 hour of leave for every 30 hours worked, up to 56 hours annually. Fringe benefits include health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions address computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The document also details the conformance process for unlisted occupations, requiring contractors to propose classifications and rates for Department of Labor review.
    The document provides the Wage Determination under the Service Contract Act by the U.S. Department of Labor for various occupations in Massachusetts, specifically Barnstable and Plymouth counties. It outlines wage and fringe benefit requirements for contracts subject to Executive Orders 14026 and 13658. Effective contracts awarded after January 30, 2022, must pay covered workers a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $13.30 per hour unless a higher rate applies. All listed occupations also receive a health and welfare benefit of $5.55 per hour. The document categorizes numerous job types along with their respective codes, titles, and corresponding wage rates, detailing notable fringe benefits such as vacation and paid holidays. Additionally, it includes requirements for classification of new positions and outlines a standardized process for wage conformance for unlisted occupations, ensuring compliance with federal labor standards. Through this determination, the document serves to ensure equitable pay for service employees predominant in federal contracts, thereby reflecting the government’s commitment to worker rights and labor standards in public service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MA004 - Barnes Building Snow and Ice Removal Services
    Buyer not available
    The Department of Defense, through the Army Contracting Command - New Jersey, is soliciting bids for snow and ice removal services at the Barnes Building located at 495 Summer Street, Boston, MA. The primary objective of this procurement is to ensure a clean and safe workplace free of snow and ice, in accordance with the Performance Work Statement (PWS). This contract is particularly important for maintaining operational efficiency during winter months and includes specific requirements for snow removal, stockpiling, and sidewalk clearing, with contractors responsible for snow relocation due to excessive accumulation. Interested parties must submit their bids by December 9, 2025, at 11:00 AM EST, and can direct inquiries to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.
    Pre-bid Site Visit Announcement for Upcoming Construction Services Project at Cape Cod Space Force Station (CCSFS) in Bourne, MA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a pre-bid site visit for an upcoming construction services project at the Cape Cod Space Force Station (CCSFS) in Bourne, Massachusetts. This opportunity involves construction related to power and communication line and related structures, with a focus on compliance with specific site security requirements during the visit. The site visit is scheduled for mid-December 2025, with exact dates to be confirmed upon solicitation posting, and interested offerors are advised to limit attendance to six personnel per company, adhering to strict security protocols. For further details, including security requirements and contact information, interested parties should reach out to Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    Paving Repairs, Bourne Bridge, Bourne, MA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for paving repairs at the Bourne Bridge located in Bourne, Massachusetts. The project aims to address necessary repairs to the bridge's pavement, ensuring safety and functionality for vehicular traffic. This procurement falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, highlighting the importance of maintaining critical infrastructure. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    POSTPONED! Pre-bid Site Visit Announcement for Upcoming Construction Services Project at Cape Cod Space Force Station (CCSFS) in Bourne, MA
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, has announced a postponed pre-bid site visit for an upcoming construction services project at the Cape Cod Space Force Station (CCSFS) in Bourne, Massachusetts. The project falls under the NAICS code 237130, focusing on power and communication line and related structures construction, and will require contractors to comply with strict site security requirements, including the need for escort personnel within restricted areas. The site visit, originally scheduled for December 2025, will now take place in early to mid-January 2026, with specific dates to be announced upon solicitation posting. Interested offerors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further details and to ensure compliance with security protocols outlined in the attached Site Security Requirements document.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is preparing to issue an Invitation for Bids for the Wareham Harbor Federal Navigation Project Dredging in Wareham, Massachusetts. This procurement is a Total Small Business Set-Aside, requiring qualified contractors to perform mechanical dredging of approximately 52,000 cubic yards of shoaled material over a 10.2-acre area, with an estimated construction cost between $1,000,000 and $5,000,000. The project is critical for maintaining a 2.4-mile long, 9-foot deep navigation channel, ensuring safe passage for vessels, and is expected to commence on July 1, 2026, with all work to be completed by December 31, 2026. Interested bidders should note that the solicitation documents will be available online around mid-November 2025, and inquiries can be directed to Heather Skorik at heather.skorik@usace.army.mil or by phone at 978-318-8040.
    Combined Pest Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide pest control services at Base Cape Cod in Buzzards Bay, Massachusetts, under a contract that spans a base year from January 1, 2026, to December 31, 2026, with four additional option years. The contract requires a Massachusetts-licensed contractor to conduct scheduled monthly and quarterly pest inspections and treatments, as well as unscheduled emergency treatments, with an emphasis on non-chemical pest management techniques and compliance with environmental regulations. This procurement is critical for maintaining a safe and pest-free environment at the base, ensuring adherence to local, state, and federal laws, including those from the EPA and Massachusetts Department of Agricultural Resources. Interested vendors must submit their quotes by December 22, 2025, and include required documentation such as technical plans, past performance references, and proof of liability insurance. For further inquiries, vendors may contact Jessica Bonham at jessica.l.bonham@uscg.mil.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.