Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
ID: W912EK26RA0001-DRAFT-RFPType: Special Notice
Overview

Buyer

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

NAICS

Other Waste Collection (562119)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS) is a federal government solicitation to award ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the entire United States and Outlying Areas. These contracts, in support of FEMA and other federal disaster response efforts under the Stafford Act, aim to protect life, public health, safety, and restore critical infrastructure. The acquisition utilizes a Full and Open Competition approach under FAR Part 15 with a Best Value Tradeoff evaluation methodology. The total estimated value is $37 billion over a five-year ordering period, with a six-month extension option. The contract structure is divided into ten regions, each with a specific capacity allocation. Offerors can propose on one or more regions. Questions regarding the solicitation must be submitted via ProjNet by December 12, 2025, and a virtual pre-proposal conference will be held on a TBD date.
    The provided documents detail three distinct government solicitations for debris removal, reduction, and disposal services across different U.S. regions: Northwestern Division (NWD), Mississippi Valley Division (MVD), and Lakes and Rivers Division (LRD), and North Atlantic Division (NAD). Each solicitation outlines specific CLINs (Contract Line Item Numbers) for planning, pre-execution, training, mobilization, data management (including Automated Debris Management Systems), specialized crew support, and various types of debris loading and hauling (vegetative, stump, hazardous tree, mulch, incinerated vegetative, C&D, white goods, scrap metal, soil/sediment, concrete, asbestos, and titled property). They also cover debris management sites, private property debris removal, and regulatory compliance. Each region presents a unique scenario (e.g., floods in NWD, hurricane in MVD, tornado in LRD, post-tropical cyclone in NAD) with estimated quantities for each CLIN, to be used for total evaluated price determination. Offerors must propose unit prices for all CLINs, including those with zero quantities, with rates binding across the entire region and subject to Service Contract Act (SCA) Wage Rates. The anticipated completion times range from 180 to 240 days. The overarching purpose is to secure comprehensive debris management services in response to natural disaster events.
    This government file outlines various contracts for disaster debris removal, reduction, and disposal across four U.S. regions: Northwestern Division (NWD), Mississippi Valley Division (MVD), Lakes and Rivers Division (LRD), and North Atlantic Division (NAD). Each region presents a unique disaster scenario—ranging from floods and hurricanes to tornadoes and post-tropical cyclones—detailing the types and estimated quantities of debris (vegetative, C&D, hazardous, specialized waste, etc.) and the scope of work required. Key services include planning, pre-execution, training, mobilization, automated debris management, specialized crew support (e.g., debris separation, HHM, HTW, waterway operations), and various debris loading/hauling services. The contracts also cover stump and hazardous tree removal, reduced vegetative debris management, C&D debris removal from public and private properties, and the handling of white goods, scrap metal, soil, concrete, asbestos, and titled property. Debris management sites, reduction processes (grinding, incineration, compaction), private property debris removal, and regulatory compliance (ash and soil testing) are also specified. Unit prices are binding across the entire region, and Service Contract Act (SCA) Wage Rates apply, with offerors needing to propose rates for all CLINs, including those with zero quantities.
    The U.S. Army Corps of Engineers (USACE) is initiating Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS) to manage debris removal following natural or man-made disasters. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract establishes ten regional Single Award Task Order Contracts (SATOCs) across the U.S. and its territories, totaling $37 billion, each with a five-year ordering period. Services include clearing public rights-of-way, private properties, waterways, and demolition of unsafe structures. The contract covers various waste streams like vegetative, construction & demolition, hazardous materials, and electronic waste. Contractors must provide all personnel, equipment, and supervision, utilizing an Automated Debris Management System (ADMS) for real-time tracking and reporting to the Government's Library of Operational Analysis for Debris Management (LOADM). Key requirements include submitting program management, quality control, and accident prevention plans, as well as mission-specific plans upon task order issuance. The USACE Rock Island District oversees base contract administration, while task order-specific management falls to supported districts. Contractors are responsible for all permits, licenses, and ensuring subcontractor compliance and timely payments. All work must adhere to federal, state, and local regulations, with a focus on recycling and beneficial reuse where practicable.
    Section G of the Advanced Contracting Initiative – Debris Management Services (ACI – RCDMS) outlines the contract administration requirements for base contracts and task orders. The U.S. Army Corps of Engineers, Rock Island District, manages these contracts, with specific points of contact for contracting, specialist, and representative roles. Key instructions for contractors include adhering to SAM registration details for invoicing, submitting detailed invoices electronically per task order requirements, and clearly marking final invoices. Any authorized USACE Contracting Officer can issue and administer task orders. The ACI – RCDMS base contracts will be registered in CPARS for performance assessment, with annual evaluations by the Rock Island District and final evaluations upon task order completion. Contractors must maintain FAR Subpart 28.3 insurance coverage, with potential additional requirements per task order. Finally, contractors are required to designate a Corporate ACI Debris Program Manager and Alternate as key personnel for administrative duties and issue resolution, promptly reporting any changes to the Contracting Officer.
    This government file outlines detailed instructions for submitting proposals in response to a Request for Proposal (RFP) for rapid and comprehensive debris removal services across multiple regions. Offerors must submit proposals electronically in searchable PDF format, adhering to strict formatting guidelines and submission deadlines. The proposal requires five distinct volumes: Management/Technical Approach, Past Performance, Small Business Participation, Price, and Solicitation/Offer/Award Documents. Each volume has specific content requirements, page limits (where applicable), and regional tailoring for multi-region submissions. Key aspects include demonstrating experience in large-scale debris removal, detailing small business engagement, providing a comprehensive price narrative, and submitting all required certifications and representations. The document emphasizes the importance of clear organization, adherence to all instructions, and the potential for proposal rejection due to non-compliance or unrealistic pricing.
    This government file outlines the basis for award for Large-Scale Debris Removal Projects, defined as projects valued at $250 million or with 5 million cubic yards of debris. Awards will be made via a Best Value Tradeoff (BVT) process considering four evaluation factors: Management/Technical Approach, Past Performance, Small Business Participation, and Price. Management/Technical Approach and Past Performance are equally important and more crucial than Small Business Participation. Price holds approximately equal weight to all non-price factors combined. Proposals must achieve at least an “Acceptable” rating for Management/Technical Approach and Small Business Participation, and “Neutral Confidence” for Past Performance. The document details specific criteria for evaluating each factor, including regional considerations for the South Atlantic Division, where only one award will be made per offeror per sub-region. It also defines evaluation approaches for proposals from joint ventures and mentor-protégé arrangements, and provides tables for combined technical/risk ratings, technical risk ratings, past performance relevancy, performance confidence assessments, and small business ratings. A minimum of 45% Small Business (SB) participation is mandatory.
    The document is a draft solicitation for an Indefinite-Quantity contract for Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). Issued by W07V ENDIST ROCK ISLAND, the solicitation outlines the terms, conditions, and requirements for prospective offerors. It specifies a performance period from October 12, 2026, to October 11, 2031, with a firm-fixed-price arrangement. Key sections include instructions to offerors, contract clauses, and specific requirements for submissions, such as certified cost or pricing data. The document incorporates numerous FAR and DFARS clauses by reference and full text, covering areas like progress payments, subcontracting, small business programs (including HUBZone preferences), and representations/certifications. It details payment terms, order limitations (minimum $2,500), and options for extending services and the contract term, with a total duration not exceeding 5 years and 6 months.
    Similar Opportunities
    Notification to the public of consolidation of contract requirements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC III) to address construction, maintenance, and repair needs across various DHS facilities nationwide. The procurement aims to establish up to ten regional contracts, each with a base period of three years and two optional two-year extensions, with an anticipated aggregate capacity of $4 billion. These contracts will encompass a wide range of construction services, including marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build project delivery methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into January 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at John.Wright@uscg.mil.
    Corps Island Unloading
    Buyer not available
    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.
    Mechanical Unloading IDIQ
    Buyer not available
    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.
    ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the provision of a fully crewed and equipped cutterhead dredge for the Atchafalaya Basin and Gulf Intracoastal Waterway (GIWW) project. The procurement involves furnishing a dredge with a discharge size of 30 inches or greater, along with all necessary equipment and crew, to perform dredging work primarily in the Mississippi River and potentially other areas within the New Orleans District. This project is significant for maintaining navigability and managing sediment in critical waterways, with an estimated construction value between $10 million and $25 million. Interested vendors should prepare for the solicitation, expected to be issued around July 25, 2025, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Francesca Deboer at francesca.e.deboer@usace.army.mil or call 504-862-1604.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.