Debris Removal, Franklin Falls Dam, Franklin, NH
ID: W912WJ25QA036Type: Solicitation
AwardedJul 2, 2025
$84K$84,000
AwardeeTHOMSON TIMBER HARVESTING & TRUCKING, LLC Orford NH 03777 USA
Award #:W912WJ25PA037
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 Franklin Falls Dam in Franklin, NH. The project entails the removal of debris from the log boom and catchment area, requiring contractors to provide all necessary transportation, equipment, labor, and job planning while ensuring compliance with federal, state, and local regulations for disposal. This initiative is crucial for restoring the operational efficiency of the dam and maintaining environmental safety by effectively managing accumulated debris. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by the extended deadline of June 10, 2025, at 2:00 PM Eastern Time, with a total project budget of $47 million and a performance period of 120 days post-award. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation, specifically extending the deadline for submission of offers related to the contract W912WJ25QA036. The new deadline is set for June 10, 2025, at 2:00 PM Eastern Time. This amendment requires that offers acknowledge receipt prior to the specified deadline, with instructions on how to do so through various means. It also provides details on modifying existing offers and clarifies that all other terms and conditions of the solicitation remain unchanged. The amendment is issued by the U.S. Army Corps of Engineers in Concord, Massachusetts, with Jennifer Samela listed as the point of contact. The official modification is confirmed through signatures of authorized individuals on the document. This amendment demonstrates the procedural requirements of government contracts and the importance of maintaining clear communication regarding timeline changes.
    The U.S. Army Corps of Engineers is issuing a Performance Work Statement for debris removal operations at the Franklin Falls Dam in Franklin, NH. This initiative focuses on cleaning the log boom and catchment area, which has accumulated both floating and submerged debris as seen in the provided informational photos from April 14, 2025. The purpose of these images is to illustrate the extent and nature of the debris, emphasizing that accurate estimates of the quantity and type of material will need to be assessed during a site visit prior to bid submission. Water levels during the photo documentation were recorded at 308.59 feet above mean sea level, indicating conditions relevant for planning the clean-up operation. An accompanying map outlines the service area and access routes for contractors. This project aims to restore the operational efficiency of the dam and ensure environmental compliance by managing debris effectively.
    The document details a Request for Quotations (RFQ) for debris removal services at the Franklin Falls Dam in Franklin, NH. The U.S. Army Corps of Engineers seeks a contractor to furnish labor, equipment, and materials to clear debris from the log boom and catchment area, ensuring disposal aligns with federal, state, and local regulations. The project's total budget is $47 million, with a 120-day performance period post-award. Proposals will be evaluated solely on price. Key components include required safety protocols, submission of pre-work materials like the Accident Prevention Plan, and adherence to U.S. Army Corps of Engineers’ regulations. Contractors must be registered in the System for Award Management (SAM) and provide necessary certifications. A site visit is encouraged, with specific dates provided, to grasp the project scope fully. The contractor must coordinate closely with the project’s Technical Point of Contact throughout the project lifecycle. This RFQ is part of the federal government’s initiative to enhance environmental safety and efficiency through effective management of natural resources.
    Similar Opportunities
    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.
    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.
    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.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    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.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    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.
    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.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging operation is critical for maintaining navigability and ensuring the safety of maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register 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, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge project. This procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge for operations within the New Orleans Harbor Reach of the Mississippi River and adjacent waterways, with a construction magnitude estimated between $5 million and $10 million. The project is critical for maintaining navigational channels and ensuring environmental compliance, reflecting standard federal contracting procedures in infrastructure and environmental work. Interested vendors must register with the System for Award Management (SAM) and submit bids that comply with specified requirements, with contact points for inquiries being Cori A. Caimi at 504-862-1352 and Bambi Raja at 504-862-1499.