SOURCES SOUGHT: Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS)
ID: W912EK-24-SS-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Other Waste Collection (562119)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified sources for the Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS) to be utilized during natural and man-made disasters across the continental United States (CONUS) and its territories. The procurement aims to identify businesses capable of providing comprehensive debris management services, including removal, hauling, disposal, and structural demolition, with a requirement for rapid response within 24 hours of a disaster event. This initiative is critical for ensuring effective disaster response and recovery operations, as it encompasses the management of various debris types resulting from catastrophic events such as hurricanes, floods, and terrorist attacks. Interested firms must submit their capability statements and completed Q&A forms by 2:00 PM Central Daylight Time on September 20, 2024, to Christopher McCabe at christopher.a.mccabe@usace.army.mil, and are encouraged to participate in a virtual industry day discussion in early October.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) is seeking information for the Advance Contracting Initiative (ACI) related to disaster debris management. The document outlines a request for responses from businesses regarding their capabilities in debris removal, including the types of services provided, past contract experiences, and logistics management during large-scale disaster events. Businesses are prompted to share their operational resources, workforce management strategies, technology usage, and adherence to environmental regulations. Additionally, the document addresses preferences for ACI regionalization, seeking input on whether a single-award or multiple-award task order contract structure would be more effective. It invites comments on potential challenges, particularly concerning operations outside the continental United States (OCONUS), pricing structures, and necessary improvements for the contract scope to enhance pricing opportunities. The overarching goal is to refine USACE's debris removal contracting process to optimize efficiency, cost-effectiveness, and compliance, while fostering industry feedback for better contract management and disaster response capabilities.
    Similar Opportunities
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Prairie Creek Solid Waste/Debris Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide dumpster and debris removal services at the Prairie Creek Pump Station in Russellville, Arkansas. The contractor will be responsible for furnishing all necessary labor, equipment, and materials to deliver a total of 32 dumpsters annually, primarily on a semi-annual basis, with flexibility to adjust based on high-water events and other needs. This contract is vital for maintaining the cleanliness and operational efficiency of the pump station, ensuring proper disposal of various debris types, including trash, silt, and driftwood. Interested vendors must submit written quotes by September 19, 2024, and the contract will span a base period until September 30, 2025, with two optional extensions through September 30, 2027. For further inquiries, contact Brandee M. Wright at brandee.m.wright@usace.army.mil.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Hazardous Tree Removal & Right of Way Corridor Clearing, Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for hazardous tree removal and right-of-way corridor clearing at Barren River Lake in Kentucky. The contractor is required to provide all necessary materials, labor, and supervision to complete the project, which must commence within 10 calendar days of contract award and be finalized within 120 calendar days. This project is critical for maintaining the integrity of the site and is set aside exclusively for small businesses, with a focus on service-disabled veteran-owned and women-owned enterprises. Interested contractors are encouraged to attend a site visit on September 18, 2024, with proposals due by September 20, 2024, at 2:00 PM Eastern Time. For further inquiries, contact Maxwell Williams at maxwell.s.williams@usace.army.mil or by phone at 502-315-6493.
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Atchafalaya River, Bayous Chene, Boeuf and Black, Bayou Chene and Avoca Island Cutoff, Maintenance Dredging, Assumption, St. Mary and Terrebonne Parishes, Louisiana ED 24-024
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging along the Atchafalaya River and its associated bayous in Assumption, St. Mary, and Terrebonne Parishes, Louisiana. The project involves the removal and disposal of shoal material, construction of dikes, and adherence to environmental standards, with an estimated completion time of 371 calendar days for base work and an additional 39 days for optional work. This initiative is crucial for enhancing navigability and ecological health in the region's waterways, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their bids by September 18, 2024, and can direct inquiries to Stephanie Mbelu at stephanie.n.mbelu@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil.
    FEMA Request for Information Post-trauma Disaster Care
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.