NFPC Sand Disposal
ID: N6449826Q5003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking a contractor to provide sand removal services at the Naval Foundry and Propeller Center (NFPC) in Philadelphia, Pennsylvania. The contractor will be responsible for the removal and disposal of approximately 252 tons of bulk sand from two vaults, each measuring 240 inches in length, 120 inches in width, and 120 inches in height, in compliance with confined space requirements. This procurement is critical for repurposing the vaults, which can no longer be used for silica sand transportation due to a silo upgrade. The contract is a one-year, firm-fixed-price agreement, and interested parties should contact John N. LaMotta at john.n.lamotta@us.navy.mil or David Torres at david.torres22.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    This Request for Quotation (RFQ) from the Naval Surface Warfare Center Philadelphia Division (NSWCPD) seeks a contractor for sand removal services at the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA. The contractor will be responsible for removing approximately 252 tons of bulk sand from two vaults, each measuring 240" L x 120" W x 120" H, and disposing of it in NFPC's rubble pile. The contract is a one-year, firm-fixed-price agreement. Key requirements include providing a confined spaces program, ensuring personnel are OSHA 29 CFR 1910.146 compliant, and supplying all necessary equipment and safety gear. The contractor must adhere to strict security protocols, including escorted access, vehicle inspections, and prohibitions on portable electronic devices in certain areas. The SOW emphasizes non-personal services and adherence to government-contractor relationship guidelines, as well as operational security (OPSEC) and controlled unclassified information (CUI) handling procedures.
    The "SAP AWARD GUIDE" dated July 21, 2025, outlines a comprehensive checklist for government procurement processes, covering Simplified Acquisition Procedures (SAP) and Simplified Acquisition Procedures for Commercial Items (SAPCOM). This guide details 112 events across various phases, from planning and solicitation to award and post-award actions. It addresses critical aspects such as market research, cost estimates, funding, small business considerations, commerciality determinations, IT procurement, quality assurance, and legal reviews. The document emphasizes compliance with federal acquisition regulations (FAR, DFARS), specific departmental policies (NCH, CMPG), and various executive orders. Key thresholds like the Micro Purchase Threshold ($2,500-$10,000) and Simplified Acquisition Threshold ($250,000 to $7.5M for certain commercial items) are highlighted. The guide serves as a mandatory reference to ensure proper documentation, approvals, and adherence to regulations for federal government contracts, promoting efficiency, transparency, and compliance throughout the acquisition lifecycle.
    Lifecycle
    Title
    Type
    NFPC Sand Disposal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Supply and Delivery of C144 Mortar Sand
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is seeking sources for the supply and delivery of approximately 5,406 tons of C144 Mortar Sand. This procurement aims to fulfill the requirements for clean, debris-free sand suitable for recreational areas at the J. Strom Thurmond Dam and Lake Project Area in Clarks Hill, South Carolina, with delivery scheduled between February 20, 2026, and March 1, 2026. The sand will be utilized in day-use areas, campgrounds, and beach environments, emphasizing the importance of quality and accessibility for public use. Interested small businesses are encouraged to submit capability statements by December 10, 2025, to the designated contacts, Paul R. Gaeth and Stephanie Brasier, via email.
    3389 LCHD-ESS Special Notice - Draft Specification
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Franklin Slag Pile Superfund Remediation Project
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the Franklin Slag Pile Superfund Remediation Project located in Philadelphia, PA. This procurement involves a firm fixed-price construction contract aimed at remediating the Franklin Slag site, which has been impacted by historical smelting operations and requires environmental restoration to mitigate its effects on surrounding residential and commercial areas. The project is critical for eliminating potential environmental hazards and facilitating the site's redevelopment to enhance local economic conditions. Interested small businesses must submit their bids by January 15, 2026, and can direct inquiries to Eric Leach at eric.a.leach@usace.army.mil or Brandon Mormello at brandon.r.mormello@usace.army.mil.
    Sectional Barge Sandblasting, Repairing, and Painting
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive services including the removal of existing coatings to SSPC SP5 standards, leak testing, and necessary welding repairs, with specific limits on the extent of repairs allowed. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures managed by the government. Proposals are due by December 22, 2025, at 2:00 PM local time, and interested parties can contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.
    NAP Environmental Services Single Award Task Order Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NAP Environmental Services Single Award Task Order Contract, aimed at providing environmental consulting services related to marine and navigable waterways in support of the USACE Philadelphia District. This procurement involves a single-step best value source selection tradeoff with full and open competition for an Indefinite Delivery Contract, which will facilitate task orders that may be required on short notice across a five-state area, including Delaware, Pennsylvania, New Jersey, Maryland, and New York. The services are critical for maintaining and assessing environmental conditions within the Delaware River Basin and may also extend to other Corps Districts within the North Atlantic Division. Interested contractors can reach out to Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil for further details.
    Little River Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for the Maintenance Dredging of the Little River Navigation Project in Kent County, Delaware. The project involves the dredging of approximately 80,000 cubic yards of sediment within the federal navigation channel, with the dredged material to be used for marsh restoration at the Little Creek Wildlife Area. This maintenance dredging is crucial for ensuring navigational safety and environmental restoration, with an estimated contract value between $1 million and $5 million and a performance period of 240 calendar days. Interested parties must submit their responses to the Request for Information by 1:00 PM Eastern Time on December 19, 2025, to Molly Gallagher and Connor Struckmeyer via the provided email addresses.
    Thimble Shoal Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    Commercial Industrial Services (CIS) Safety Nets Fabrication Services
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for Commercial Industrial Services (CIS) Safety Nets Fabrication Services, specifically for the removal and installation of safety nets on U.S. Navy ships within a 50-mile radius of San Diego, CA. The contract will require the successful offeror to provide labor, services, equipment, and materials for the fabrication, pre-fitting, weight testing, and installation of various types of safety nets, ensuring compliance with the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining safety standards aboard naval vessels and will be awarded as a multiple award indefinite delivery/indefinite quantity, firm-fixed price contract over a five-year base period, with a total small business set-aside. Interested parties should contact Alondra Moreno at alondra.moreno3.civ@us.navy.mil or 619-664-1869 for further details, and proposals must be submitted in accordance with the solicitation guidelines.