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.