C--DREDGINGOF SETTLING POND& CHLORINE BASIN
ID: 140G0125Q0185Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: DREDGING FACILITIES (C1KF)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking contractors for the dredging of a settling pond and a chlorine contact tank at the Eastern Ecological Science Center in Kearneysville, West Virginia. The project involves removing sediment and debris from Pond 3 and the chlorine basin, with a performance period set from September 12, 2025, to October 27, 2025. This procurement is crucial for maintaining the ecological integrity of the site and ensuring compliance with environmental regulations. Interested vendors must submit their quotes by September 19, 2025, and can direct inquiries to Dayna Parkin at dparkin@usgs.gov or by phone at 703-648-7374.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides wage determinations for building construction projects in Jefferson County, West Virginia, effective June 6, 2025. It details the requirements under the Davis-Bacon Act, stipulating minimum wage rates based on the project’s date of contract initiation or renewal. Contracts entered into after January 30, 2022, must pay a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, need to meet a $13.30 per hour rate, unless a higher applicable rate applies. The file lists various construction job classifications along with their respective wage rates and fringe benefits, including positions such as asbestos workers, boilermakers, electricians, and laborers, noting specific requirements for holidays and paid sick leave per Executive Order 13706. Additionally, the document outlines mechanisms for appealing wage determinations, directing requests to relevant U.S. Department of Labor offices. This information is crucial for contractors and workers involved in federal projects, ensuring compliance with labor standards and regulations related to federal grants and RFPs.
    The document presents the Standard Form 25A, which serves as a payment bond required under 40 USC Chapter 31 for entities entering contracts with the federal government. The bond involves a Principal and Surety(ies) who are collectively bound to ensure payment for labor and materials related to the contract. The Principal must provide the full legal name and address, identify their type of organization, and indicate the penal sum of the bond. The form outlines the obligations of the Surety(ies) to cover the sum unless the Principal fulfills payment obligations to suppliers. Additionally, the document details procedural requirements, including the necessity for corporate seals, authority evidence for representatives, and regulations regarding individual sureties. Furthermore, submission of this information helps fulfill the Paperwork Reduction Act, providing a means for the government to manage contractual obligations effectively. This form is integral to ensuring accountability and financial protection for subcontractors and suppliers in federal contracts.
    The document titled "Release of Claims" from the United States Department of the Interior outlines the procedural requirements for contractors to release all claims against the federal government upon the completion of their contracted work. It stipulates that prior to receiving final payment, a contractor must formally discharge the United States from any liabilities or obligations related to the contract. The document includes space for the contractor’s signature, confirming their agreement to these terms and detailing the compensation due. It specifies additional clauses related to corporate contractors, emphasizing that a certified officer must validate the release of claims. This release is a standard practice in government contracts to ensure that all claims are settled before the final transaction, ensuring clarity and preventing future disputes. Overall, the purpose of this document is to protect the federal government by formally closing out any potential claims once contractual obligations are fulfilled.
    The document is a Statement and Acknowledgment form used in federal contracting environments, particularly for subcontractors under a prime contract. It includes basic information such as prime contractor details, subcontractor information, and applicable contract clauses related to labor standards and compensation, including the Contract Work Hours and Safety Standards Act. The form is divided into two parts: the first part outlines the statement provided by the prime contractor, while the second part serves as the acknowledgment from the subcontractor, confirming understanding of the relevant regulations and clauses contained in their agreement. Additionally, it incorporates a Paperwork Reduction Act statement to inform respondents about the estimated time required for completion and where to send feedback regarding the burden of the information collection. Overall, this document ensures compliance with federal regulations and formalizes the subcontracting process within government contracts.
    The U.S. Department of Labor's Form WH-347 is designed for contractors and subcontractors involved in federally funded or assisted construction projects to report payroll information. While its use is optional, compliance with wage reporting is mandated for covered parties under the Copeland Act. Contractors must submit weekly payroll records, including employee wages and work classification, alongside a signed "Statement of Compliance" affirming adherence to proper wage standards. The form includes details such as worker identification, hours worked, gross pay, and deductions. Acknowledgment of apprentice registration in recognized programs is also required. The acknowledgment statement emphasizes that any falsification may result in civil or criminal repercussions. The document outlines the process for ensuring employees are compensated according to Davis-Bacon Act standards, ultimately serving to uphold fair labor practices in federally assisted projects.
    The Past Performance Questionnaire is designed for contractors to assess their previous performance when responding to federal or commercial contracts. It requires completion by a client or agency representative who can evaluate the contractor based on several criteria. Key areas include contractor details, contract specifics (e.g., type, value, period of performance), and a detailed project description focusing on the complexity of the work undertaken. Furthermore, feedback on the contractor's performance in various domains is solicited, such as quality of services, personnel management, subcontractor relations, and timeliness of performance. Ratings range from Unsatisfactory to Excellent, allowing evaluators to provide justification for their assessments. A specific focus is given to the contractor's ability to meet small business subcontracting goals if applicable. The questionnaire aims to ensure a comprehensive review of a contractor's capabilities and effectiveness in fulfilling their obligations, which is essential for informed decision-making in government contracting, aligning with the rigorous standards of federal, state, and local procurement processes.
    The Eastern Ecological Science Center (EESC) in Kearneysville, WV, seeks a contractor for the dredging of one settling pond and one chlorine contact tank. The objectives include restoring the pond's original depth and properly disposing of sediment. The pond measures approximately 75 feet by 375 feet, with a tapered end, while the chlorine tank is about 18 feet square and 6 feet deep. The contractor must secure necessary permits, provide detailed cost breakdowns, and submit approvals for materials used. Key requirements include scheduling a pre-construction meeting with government representatives and adhering to strict construction timelines to limit disruption to ongoing research activities. The contractor must maintain site cleanliness, secure storage for materials, and comply with all safety and environmental regulations. Work hours are restricted to weekdays, and any deviations from the contract must be communicated and approved. The project timeframe is set for 60 days upon receiving the Notice-to-Proceed, with required inspections at day’s end. The document emphasizes adherence to state and federal regulations, underscoring EESC's commitment to safety and environmental protection throughout the dredging process.
    This government file, Section B-1 of an RFP, details a requirement for dredging Settlement Pond 3 and the Chlorine Contact Tank. The main purpose of this document is to solicit bids for these services. A key aspect is the need for vendors to provide multiple option line-item pricing for material disposal, which will be based on the results of sampling and testing. This indicates that the disposal method and associated costs will be contingent on the characteristics of the dredged material.
    This document, Amendment 4 to RFP 140G0125Q0185, provides a Q&A exchange addressing various aspects of a government contract, likely for dredging services. Key updates include a one-week extension for proposal submissions. It clarifies that no chemical analytical data is available for the sediment. Details of a previously terminated contract for similar work are provided, identifying Zaid Solutions, Inc. as the awardee for $72,520.00. The required dredging depth is approximately three feet. The method for material removal is at the contractor's discretion, and the government cannot guarantee the material will pass transport requirements without treatment or dewatering. The document also indicates that a "hard bottom," likely clay, will be evident during excavation.
    This document is an invitation for contractors to submit proposals for a construction project managed by the U.S. Geological Survey (USGS). Key points include a mandatory site visit that requires 24-hour advance notice and submission of questions 5 days before the proposal deadline. The acquisition falls under the NAICS code 237990, with a size standard of $37 million. Proposals must be submitted via email to the designated contact person, Dayna Parkin, including acknowledgment of amendments and separate price and technical proposals. The project’s cost range is between $25,000 and $100,000, with detailed pricing breakdowns required. After contract award, contractors must provide payment protections, insurance certificates, and a list of subcontractors within 14 days, allowing for a Notice to Proceed. The contractor is obligated to start the work within 14 days following the Notice and complete it within 63 days. The document also specifies the requirement for payroll submissions for all subcontractors. Overall, the RFP outlines essential procedures and requirements to ensure compliance and accountability in federal contracting for construction services.
    The document outlines the deliverables and performance expectations associated with a federal contract, focusing on construction projects. It specifies required submissions, such as labor, materials, and equipment necessary for executing the statement of work within a set timeframe, including immediate tasks like the kick-off meeting and the submission of payment bonds, proof of liability, and a list of subcontractors within 14 days of contract award. Additionally, it details the schedule for progress meetings and the submission of monthly performance statements alongside invoices, highlighting the contractor's responsibilities for payroll submissions and compliance with federal regulations. The document emphasizes the importance of accountability, providing clear timelines for reporting and guaranteeing that all subcontractors' compliance measures are observed. Overall, it provides a structured framework for project execution while ensuring adherence to legal and regulatory requirements within the context of federal and state contracting.
    This document, Amendment 3 to RFP 140G0125Q0185, provides clarifications and answers to questions regarding a dredging and material removal project at a pond, likely for a federal government agency. Key information includes: the government does not have an estimated volume for sediment removal from Pond 3, but roughly 3 feet of sediment needs to be removed; space is available for geotextile tube laydown; there are no restrictions for constructing a dewatering cell; dredged material is dry and does not require dewatering specifications or chemical characterization prior to disposal, as it has been historically removed by machine; there are no limitations on the type of disposal facility as long as state requirements are met; the pond has been dry for over a year, so water level adjustments for dredge draft are not applicable; no restrictions exist for placing anchors for dredge lines; water and electricity are available on-site, with research ponds capable of holding 1 million gallons; polymer use is not anticipated for dewatering; and the government does not possess as-builts or recent surveys detailing sediment distribution or depth within the pond.
    The document pertains to Amendment 0001 of solicitation number 140G0125Q0185, outlining key modifications related to a federal contract or procurement process. The amendment informs offerors about the necessity of acknowledging receipt prior to a specified deadline to avoid rejection of their offers. It clarifies that the Past Performance Evaluation section within the contract is being modified, specifically by removing a previous non-price factor related to past performance evaluation criteria. Offerors are instructed to submit questions related to this amendment via email, and the closing date for submissions remains unchanged. The period of performance for the contract is defined, running from September 12, 2025, to October 27, 2025. The detailed instructions provided ensure compliance with procurement regulations, emphasizing the importance of timely and accurate communication within the process. Overall, this amendment serves to refine the solicitation and enhance clarity for potential contractors.
    The document is an amendment (0002) to solicitation number 140G0125Q0185, issued by the US Geological Survey (USGS) in Reston, Virginia. The amendment updates the deliverable schedule in Section F.1 and removes the FAR Clause 52.228-13 regarding payment bonds or an irrevocable letter of credit. Contractors must acknowledge receipt of this amendment before the specified deadline, which has not been extended. Key dates include the original performance period from September 12, 2025, to October 27, 2025, and questions about the amendment must be submitted via email. It is emphasized that all other terms and conditions remain unchanged and in effect. Clear communication regarding questions and changes is mandated, reflecting the administrative protocols for federal procurement processes. This amendment serves to clarify deliverables and contractual obligations within the framework of federal contracting regulations.
    The document, Amendment 0003 to Solicitation 140G0125Q0185, updates the terms and conditions for a federal contract, focusing on the submission of questions and the release of a Questions and Answers document (B09 Attachment 9). It clarifies that questions must be submitted via email no later than 5 calendar days before quotes are due. The amendment specifies a period of performance from September 12, 2025, to October 27, 2025. Importantly, the closing date for offers has not been extended, and all other terms and conditions of the original solicitation remain unchanged. For further inquiries regarding this amendment, interested parties are directed to contact Dayna Parkin at dparkin@usgs.gov.
    This document is Amendment 0004 to Solicitation No. 140G0125Q0185, issued by the USGS OAG RESTON ACQUISITION BRANCH. Its primary purpose is to provide a Questions and Answers document (B09 Attachment 10) and extend the closing date for offers. The new closing date for proposals is August 20, 2025, at 10:00 AM Pacific Time, extended from the previous August 13, 2025. All other terms and conditions of the original solicitation remain unchanged. Questions regarding this amendment must be submitted via email to Dayna Parkin (dparkin@usgs.gov) and are due no later than five calendar days before the revised quote deadline. The period of performance for the contract is from September 12, 2025, to October 27, 2025.
    Amendment 0005 to Solicitation 140G0125Q0185 removes the small business set-aside, making the solicitation unrestricted, and extends the quote due date from August 20, 2025, to September 19, 2025. Key changes include updating SF 1449 Block 10 to reflect an unrestricted status and removing FAR Clause 52.219-6. Additionally, several FAR clauses related to previous contracts, affirmative action, and construction employment have been discontinued or updated. The amendment also adds new requirements for vendors to provide multiple option line-item pricing for material disposal based on sampling results. The period of performance is from September 12, 2025, to October 27, 2025. All other terms and conditions remain unchanged.
    The document outlines a federal solicitation for construction services focused on the dredging of a settling pond and chlorine basin for the U.S. Geological Survey (USGS) at the Eastern Ecological Science Center in Kearneysville, WV. The project is a 100% small business set-aside, with bidders required to follow specific performance guidelines outlined in the solicitation, which includes performance and payment bond requirements. A site visit is scheduled, and offers must adhere to submission protocols highlighted in various sections. Key contractual elements include a firm fixed-price structure, a mandatory commencement of work within 14 calendar days after the notice to proceed, and a project completion timeline of 63 days. The contractor must also ensure compliance with federal, state, and local regulations, along with labor standards and safety requirements. Additionally, the document emphasizes the importance of sustainable practices and the use of green products throughout the project. Overall, the solicitation aims to ensure that the awarded contractor meets standards for quality, safety, and environmental responsibility during execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC) project, which involves mechanical dredging and placement construction services for contaminated sediment in Riverview, Michigan. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to mechanically dredge and remove contaminated sediment, with anticipated placement in the Pointe Mouillee Confined Disposal Facility. This project is significant for environmental remediation efforts and is estimated to have a construction value between $10 million and $20 million, with a contract expected to be awarded in April/May 2026. Interested firms should submit their capabilities by December 10, 2025, to the designated contacts, Marna Rockwell and Lisa May, via the provided email addresses.
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    Dredge Entrance Channel (FY26) CG Station Eaton’s Neck
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for maintenance dredging of the entrance channel at USCG Station Eaton’s Neck in Northport, New York. The contractor will be responsible for mechanically dredging approximately 6,000 cubic yards of sand, gravel, and cobbles, ensuring that navigation through the channel remains unobstructed at all times, with all work to be completed by March 24, 2026, due to permitting restrictions. This project is a total small business set-aside, with an estimated value between $500,000 and $1,000,000, requiring a 20% bid guarantee and performance and payment bonds. Interested bidders must submit their proposals by December 23, 2025, and can contact Cintia Desrosiers-Rivera at Cintia.m.desrosiers-rivera@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil for further information.
    James River Dredging Industry Day-Post Event Docs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.