McFarland Aft Peak Tank Pumpout
ID: W912BU26QA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Remediation Services (562910)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a qualified contractor to provide firm fixed-price services for the removal and disposal of all contents from the Aft Peak Tank on the Dredge McFarland. This procurement is critical for ensuring compliance with environmental and operational standards, as the successful contractor will be responsible for adhering to all specified technical requirements and delivery schedules. The contract is set aside for small businesses, and the award will be made to the lowest-priced offer that meets the technical criteria outlined in the solicitation. Interested parties must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the deadline specified in the solicitation documents, and any inquiries should be directed to Katie Sayers at katie.l.sayers@usace.army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    W912BU26QA004 - Dredge McFarland Hydraulic Accumulators Repairs
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified contractors to provide repair services for the Hydraulic Oil Accumulators aboard the Dredge McFarland. The procurement involves a firm fixed-price service contract to remove, repair, and reinstall ten Hydraulic Oil Accumulators Bladder and Gas Assemblies, with the award based on the lowest price that meets the technical requirements outlined in the solicitation. This maintenance is crucial for ensuring the operational efficiency and reliability of the dredging equipment used in various engineering projects. Interested parties must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and for further inquiries, they can contact Domenic Sestito at domenic.l.sestito@usace.army.mil or 215-737-7729.
    Blue Marsh Waste Removal Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor for a firm fixed-price service contract for waste removal services at Blue Marsh Lake in Leesport, Pennsylvania. The contractor will be responsible for the removal of trash, garbage, and debris from the site, with the base period of performance running from February 1, 2026, to December 31, 2026, and options for four additional years through December 31, 2030. This service is crucial for maintaining the cleanliness and operational integrity of the recreational area managed by the USACE. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and any inquiries should be directed to Molly Gallagher at molly.gallagher@usace.army.mil or by phone at 215-656-6777.
    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.
    Internal Tank Inspection at Caven Point Marine Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes from qualified small businesses for internal tank inspections at the Caven Point Marine Terminal in Jersey City, New Jersey. The procurement involves comprehensive inspection and testing of various storage tanks, including diesel, gasoline, bilge, and gray water tanks, requiring confined space entry and adherence to specific safety regulations. This contract is crucial for ensuring the operational integrity and compliance of the tanks, with a performance period from February 2, 2026, to March 2, 2026. Interested parties must submit their quotes by January 12, 2026, and can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil for further information.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for the Corps Island Unloading project, which involves transferring approximately 300,000 cubic yards of dredged material from Corps Island in the Upper Mississippi River. The project requires the use of mechanical and/or hydraulic excavation methods and is critical for managing dredged material in a site that lacks road access and is susceptible to flooding. This contract, valued between $5 million and $10 million, is exclusively set aside for small businesses, with bids due by March 10, 2026, and work expected to commence within 10 days of the notice to proceed, concluding by September 30, 2027. Interested bidders should contact Theodore Hecht at the provided email or phone number for further details and ensure they are registered in the System for Award Management (SAM) prior to bidding.
    DUSTPAN DREDGE BRIDGE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the provision of a fully crewed and equipped self-propelled dustpan hydraulic pipeline dredge and associated equipment for dredging operations in the Mississippi River and surrounding waterways. The procurement includes the removal and disposal of shoal material, requiring a comprehensive setup that consists of various barges, a survey boat, tenders, and a significant length of floating pontoon pipeline. This dredging operation is crucial for maintaining navigability and ensuring the efficient movement of goods along vital waterways in the New Orleans District. Interested parties can reach out to Margaret C. Maine at margaret.c.maine@usace.army.mil or by phone at 504-862-2211 for further details regarding the contract specifications and requirements.
    FY26 MV Puget Back-up Crane Vessel Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide backup crane vessel services for the M/V PUGET in Puget Sound and its tributary waters. The procurement aims to identify contractors capable of offering a self-propelled floating crane vessel and crew for scheduled equipment removal, on-call debris collection, and emergency response services, with a focus on environmentally responsible practices. This contract will be a firm-fixed price arrangement with a one-year base period and two option years, emphasizing compliance with safety and environmental regulations. Interested firms must submit capability statements by January 15, 2026, and should contact Geraldine L. Kemp or Shemekia McMillan for further information.
    Monroe Harbor Advanced Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W072 Endist Detroit office, is soliciting bids for the Monroe Harbor Advanced Maintenance Dredging project. The project entails mobilizing a dredge to Monroe Harbor to mechanically dredge various materials, including boulders and clay-like substances, to specified depths within the main channel and turning basin, with dredged material to be placed at the Pointe Mouillee Confined Disposal Facility. This dredging operation is crucial for maintaining navigable waterways and ensuring safe passage for vessels. Interested contractors, particularly small businesses as this is a Total Small Business Set-Aside, can reach out to Sally Artz at sally.artz@usace.army.mil or call 313-226-2206 for further details.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.