Lake Kaweah (Terminus Dam) Woody Debris Removal
ID: W9123825QA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

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 bids for the removal of woody debris at Terminus Dam, located at Lake Kaweah in Lemon Cove, California. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), requires contractors to provide fixed-price bids for debris removal across five designated work zones, adhering to a Performance Work Statement that emphasizes environmental compliance and safety. The project is crucial for restoring ecological integrity and safety in the area, with a contract duration from June 10, 2025, to June 9, 2027. Interested contractors can reach out to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or by phone at 916-557-5236 for further details and to clarify any questions regarding the solicitation.

    Files
    Title
    Posted
    The document provides responses to questions related to a government contract for debris removal at Lake Kaweah, intended for small business entities, including Service-Disabled Veteran-Owned Businesses (SDVOB). Key points include clarification that a National Pollutant Discharge Elimination System (NPDES) Permit is not required, and details on training requirements for personnel related to antiterrorism measures. The scope of work emphasizes clearing woody debris from designated zones, stating that debris greater than 6 inches x 1 inch must be removed up to the high-water mark. Access to the north side of the lake must be via water, with boat operations mandatory while complying with California regulations. The document specifies that the contractor will handle dust control and that there is no incumbent contractor for this requirement, indicating it as a new contract. Overall, the inquiry responses clarify operational procedures, environmental compliance requirements, and logistical aspects necessary for potential contractors to effectively prepare and respond to the RFP. The structure follows a Q&A format, addressing various sections of the project specifications methodically.
    The Performance Work Statement (PWS) outlines the requirements for Storm Debris Removal Services at Terminus Dam in Tulare County, California. Contractors must provide all necessary materials, labor, and supervision to remove storm debris from the lake's shoreline and surrounding areas, with the aim of restoring safety and ecological integrity. The contract duration is limited to two years, and contractors must comply with safety regulations, obtain permits, and conduct regular inspections. Key requirements include preparing an Accident Prevention Plan, coordinating schedules with the Contracting Officer’s Representative (COR), and ensuring all debris, including hazardous materials, is properly managed and disposed of according to local regulations. The contractor must facilitate environmental awareness training and ensure that all personnel adhere to security protocols while on site. Performance will be monitored through a Quality Assurance Surveillance Plan (QASP), with the COR evaluating adherence to contract terms. Failure to meet specified standards may result in corrective actions including contract termination. This document serves as a crucial framework for ensuring effective management of storm debris removal, emphasizing safety, environmental responsibility, and regulatory compliance.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) initiative, specifically focused on a contract for commercial products and services associated with the Terminus Dam woody debris removal project at Lake Kaweah. It includes vital details like requisition numbers, effective dates, and point of contact information for the contracting officer, along with essential bidding instructions and award processes. The solicitation provision requires contractors to provide fixed-price bids for five work zones involving debris removal in compliance with a Performance Work Statement. The contract spans from June 10, 2025, to June 9, 2027, and mandates adherence to various federal acquisition regulations, including quality inspections, compliance with labor standards, and clauses related to small business participation, particularly targeting economically disadvantaged women-owned businesses. Additionally, clearly defined clauses address payment processes, potential contract modifications, and the responsibilities of contractors. This solicitation emphasizes supporting WOSBs in federal contracting while ensuring the efficient removal of debris, an essential environmental and infrastructural task.
    Lifecycle
    Similar Opportunities
    Debris Removal, Hopkinton Lake, Hopkinton, NH
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for debris removal services at Hopkinton Lake in Hopkinton, New Hampshire. The project involves the removal of debris from the log boom and trash rack areas of the Hopkinton Dam, requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and operational guidelines. This initiative is crucial for maintaining water flow and managing environmental conditions, reflecting the Corps' commitment to habitat preservation and public safety. Interested vendors must have an active registration in SAM.gov and submit their quotes by the extended deadline of June 18, 2025, at 2:00 PM Eastern time, with a total contract value of up to $47 million. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Debris Removal Services (Trucking), Union Village Dam, East Thetford, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for debris removal services at the Union Village Dam in East Thetford, VT. The project involves furnishing all necessary labor, equipment, and transportation to remove and properly dispose of woody debris greater than three inches in diameter covering two acres at the dam site. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around June 23, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Codorus Creek Shoal Removal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking construction services for the Codorus Creek Shoal Removal Project located in York, Pennsylvania. This project involves the maintenance of the flood damage reduction channel along Codorus Creek, specifically the removal of shoals at two designated locations to ensure proper water flow and flood risk management. The estimated contract value ranges between $1,000,000 and $5,000,000, with a construction duration of 60 days from the Notice to Proceed. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the anticipated solicitation release in the third quarter of FY25 and can contact Erica Stiner or Jeffrey B. May for further information.
    Success Lake Office Janitorial Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for office janitorial services at Success Lake in Porterville, California. The contract requires the selected contractor to provide all labor, materials, and supervision necessary for janitorial tasks across multiple facilities, with services scheduled for Monday, Wednesday, and Friday, excluding federal holidays. This procurement is crucial for maintaining cleanliness and hygiene in government facilities, ensuring compliance with health and safety standards. Interested small businesses must submit their proposals by June 17, 2025, and can direct inquiries to Antonina Beal at antonina.beal@usace.army.mil or DeAnna L. Wagner at DeAnna.L.Wagner@usace.army.mil, with a site visit scheduled for May 22, 2025.
    FY25 SUISUN BAY CHANNEL NY SLOUGH MAINTENANCE DREDGING PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the FY25 Suisun Bay Channel and New York Slough Maintenance Dredging Project, located in Contra Costa and Solano Counties, California. The project involves annual maintenance dredging to specified depths of -35 feet and -37 feet Mean Lower Low Water (MLLW), with the dredged material to be transported to designated disposal sites, ensuring navigability and environmental integrity in the waterways. This procurement is classified as a Total Small Business Set-Aside, with an estimated contract value between $1,000,000 and $5,000,000, and bids are due electronically via the Procurement Integrated Enterprise Environment (PIEE) by June 23, 2025. For further inquiries, interested parties may contact Logan Champlin at logan.champlin@usace.army.mil or Mary Fronck at mary.fronck@usace.army.mil.
    FY25 REDWOOD CITY CHANNEL MAINTENANCE DREDGING
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking bids for the FY25 Redwood City Channel Maintenance Dredging project located in San Mateo County, California. This procurement involves annual maintenance dredging of the Redwood City Channel to a depth of -30 feet Mean Lower Low Water (MLLW) plus an additional foot of paid overdepth, with the dredged material to be transported to a contractor-furnished beneficial reuse upland site. The estimated cost range for this project is between $5 million and $10 million, and it is set aside for small businesses under the SBA guidelines. Interested bidders must ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents, which are expected to be available around June 24, 2025, with bids due by July 24, 2025, at 12:00 PM PDT. For further inquiries, contact Logan Champlin at logan.champlin@usace.army.mil or (415) 503-6953.
    Refuse Removal Services at Wappapello Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse removal services at Wappapello Lake, Missouri. The procurement is categorized as a Total Small Business Set-Aside, indicating a preference for small business participation in this contract, which falls under the NAICS code 562111 for Solid Waste Collection. These services are crucial for maintaining cleanliness and environmental standards at the lake, which is a significant recreational area. Interested parties should contact Jessica Nies at jessica.l.nies@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further details, and they should be aware that an amendment has been issued providing answers to questions received regarding the solicitation.
    Conemaugh River Lake Accumulated Sediment Dredging Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Conemaugh River Lake Accumulated Sediment Dredging Project, which involves dredging and ancillary work at Conemaugh River Lake in Pennsylvania. The project aims to remove accumulated sediments, construct a Dredged Material Management Area (DMMA), and manage the transportation and disposal of dredged materials, while adhering to environmental and traffic restrictions. This procurement is significant for maintaining the lake's ecological balance and ensuring safe waterway navigation, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can contact Raelyn Day at raelyn.m.day@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further information.
    F--SEKI/ KNP Phase II Tree Hazard Removal
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors for the F--SEKI/ KNP Phase II Tree Hazard Removal project aimed at mitigating roadside tree hazards resulting from the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. The primary objective is to safely remove fire-killed and weakened trees that pose risks to roadways and parking areas, thereby enhancing public safety and maintaining ecological integrity within the affected areas. This procurement is classified as a Historically Underutilized Business (HUBZone) Set-Aside under NAICS code 115310, emphasizing the importance of environmental management and safety in national parks. Interested contractors must submit their proposals by June 30, 2025, with a performance period extending from June 23, 2025, to December 31, 2026. For further inquiries, potential bidders can contact Stephen Loftus at stephenloftus@nps.gov or by phone at 202-354-2267.
    Martis Creek Lake Herbicide Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for herbicide services at Martis Creek Lake in Truckee, California. This procurement is a total small business set-aside under the NAICS code 561730, focusing on landscaping services, which are crucial for maintaining the health and aesthetics of the grounds. Interested vendors must submit any questions regarding the solicitation in writing to the designated contacts, Mary Noonan and DeAnna L. Wagner, by May 29, 2025, at 11:00 AM, as no further inquiries will be accepted after this date.