Debris Removal Services (Trucking), Union Village Dam, East Thetford, VT
ID: W912WJ25QA050Type: Solicitation
AwardedJul 23, 2025
$8.5K$8,500
AwardeeEARTHWORKS UNLIMITED LLC Thetford Ctr VT 05075 USA
Award #:W912WJ25PA041
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Other Waste Collection (562119)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for debris removal services at the Union Village Dam in East Thetford, Vermont. The project requires contractors to furnish all labor, equipment, and transportation necessary to remove and properly dispose of woody debris greater than three inches in diameter covering two acres at the site. This initiative is crucial for maintaining safe and efficient access for operational activities related to the dam, with a total contract value projected at $47 million and a performance period extending until October 31, 2025. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by July 15, 2025, at 2:00 PM Eastern time; for further inquiries, they can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a federal solicitation, modifying the deadline for offer submissions. Specifically, it extends the response due date from July 8, 2025, to July 15, 2025, at 2:00 PM Eastern. It outlines the procedures for contractors to acknowledge receipt of the amendment and submit any changes to previously submitted offers. Additionally, the amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. The contracting officer, Jennifer Samela, is identified, and her contact details are provided. The amendment is essential for ensuring that potential bidders have adequate time to prepare their proposals in response to the solicitation. This type of document is typical in the context of government RFPs and grants, focused on maintaining transparency and fairness in the bidding process.
    The document outlines an amendment to a solicitation (W912WJ25QA050) related to the removal and disposal of woody debris by contractors for the U.S. Army Corps of Engineers. The amendment extends the deadline for receipt of offers and includes responses to questions raised by potential contractors. Key information includes that contractors are responsible for identifying the necessary equipment for debris removal, determining disposal sites, and incurring all related costs. There is no prohibition on subcontracting, but the awarded contractor must maintain oversight. The government will not assist with loading debris, emphasizing that contractors must equip themselves appropriately for all aspects of debris management. The closing date for offers remains set for July 15, 2025, at 2:00 PM Eastern time. Overall, the amendment clarifies crucial operational details for interested contractors while reiterating unchanged terms from the original solicitation document.
    The document outlines the performance work statement for debris removal at the log boom field associated with the Union Village Dam, managed by the U.S. Army Corps of Engineers in East Thetford, Vermont. It includes informational photos capturing various aspects of the log boom and field area, a cable crossing the road, and access routes showing how to approach the site from Tucker Hill Road and other locations. The purpose of this initiative is to facilitate effective debris management, ensuring safe and efficient access for maintenance and operational activities related to the dam. The accompanying visual materials enhance understanding of the site layout and access points necessary for carrying out the debris removal tasks efficiently. This summary highlights the essential elements necessary for prospective contractors engaged in government RFPs related to environmental management and maintenance operations within federal infrastructure contexts.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract focused on debris removal at the Union Village Dam in East Thetford, VT. The contractor must remove and dispose of woody debris over three inches in diameter, covering two acres at the site. The contract total is projected at $47 million, with a performance period lasting until October 31, 2025. The selection criteria prioritize price, and vendors need to adhere strictly to provided instructions and safety regulations, including the Army Corps of Engineers safety standards. Key requirements include the submission of detailed safety plans and certifications, site visits, and cooperation with other contractors. The contractor is responsible for all aspects of labor, materials, and adequate safety measures. Specific documents must be submitted within set time frames for approval prior to commencing work. Inspections by government representatives will ensure compliance throughout the project. The contractor must also take measures to mitigate environmental impact and ensure all work is conducted within legal and safety frameworks. This solicitation emphasizes the government's commitment to engaging women-owned businesses while achieving efficient operational goals and ensuring national safety standards are upheld.
    Similar Opportunities
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Dept Of Defense
    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.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.