Water Sediment Operations Sampling Services Master Blanket Purchase Agreement (BPA)
ID: W912HZ26RA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R & D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

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, is seeking proposals for a Master Blanket Purchase Agreement (BPA) for Water Sediment Operations Sampling Services. This procurement aims to secure commercial services for water and sediment sampling, which are critical for environmental assessments related to dredging operations. The selected contractors will be responsible for providing all necessary equipment and adhering to strict safety and quality protocols while delivering comprehensive sampling and analysis plans over a five-year period. Interested small businesses must submit their proposals by the specified deadlines, with the primary contact for inquiries being Crystal Elizabeth North at crystal.e.north@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Proposal Data Sheet, Attachment 1, for a Blanket Purchase Agreement (BPA) related to Water and Sediment Sampling for Dredging. It requires prospective firms to provide their name, address, and Cage Code. A crucial requirement is active registration in the System for Award Management (SAM) database, with a note emphasizing that an award cannot be made to companies not actively registered at the time of proposal submission. The form also requests contact information for up to three contractor points of contact, including their name, title, phone number, email address, and whether they are an authorized negotiator.
    This document is a wage determination under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in specific Mississippi counties (Adams, Amite, Claiborne, Franklin, Jefferson, Lawrence, Lincoln, Pike, Walthall, Warren, Wilkinson). It details two Executive Orders (14026 and 13658) that set minimum hourly wages ($17.75 and $13.30 respectively for 2025) based on contract award dates or renewals. The document also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks), and eleven paid holidays. Special provisions include night and Sunday pay for Air Traffic Controllers and Weather Observers, hazardous pay differentials (4% or 8%), and uniform allowances. It also describes the conformance process for unlisted occupations and clarifies exemptions for certain computer employees.
    This document addresses questions regarding RFP W912HZ26RA002, clarifying requirements for proposal submissions. Offerors must complete and submit FAR 52.212-3 and FAR 52.204-24 within their proposal, ensuring SAM.gov information is current. The Quality Control Plan (QCP) and Safety Plan are not subject to the page count limits. Additionally, the requirement for “identification of original signature copies” for the cover page has been removed, with electronic signatures now accepted on the SF1449 form in Volume III—Price Proposal.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in federal government contracting to evaluate a contractor's past performance. It requires contractors to provide detailed information about their firm, the type of work performed (prime, subcontractor, joint venture), specific contract details (number, type, title, dates, prices), and a description of the project's complexity and relevance to current submissions. Clients then complete sections rating the contractor's performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Each category uses a five-tier adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with detailed definitions to ensure consistent evaluation. The questionnaire also includes a 'Not Applicable' option. Clients are encouraged to submit the completed form directly to the offeror, who then submits it with their proposal to USACE, though direct submission to USACE is also an option. The government reserves the right to verify all information provided. The form concludes with sections for additional remarks and an overall rating, allowing for a comprehensive assessment of performance risk.
    This government file outlines the Technical Information Questionnaire (TIQ) and Individual Technical Evaluation Form, crucial for evaluating proposals in federal government RFPs, federal grants, and state/local RFPs. It details the rating process for two main volumes: Technical Proposal and Past Performance. The Technical Proposal is assessed on Corporate Capability, Key Personnel, and Technical Approach, each with specific requirements for experience, staffing, plans (Quality Control, Safety), and understanding of the Performance Work Statement. Corporate Capability demands a minimum of three years' experience in deep and shallow water sample collection for dredging operations and relevant experience within the past five years. Key Personnel must have qualified staff with at least three years of experience, a Quality Control Plan, and a Safety Plan. The Technical Approach requires a demonstrated understanding of the PWS, a list of equipment, a project management plan, and risk mitigation strategies. The Past Performance volume evaluates the offeror's work history based on satisfactory ratings, absence of negative recommendations, and no record of termination for default. The document specifies that offerors must fill in their company name and proposal references, while the government completes the evaluation ratings of Acceptable or Unacceptable for each subfactor and overall volume.
    The "Performance Requirements Summary (PRS)" outlines the contractor's obligations for providing sampling and analysis services over a five-year period. Key deliverables include various plans (sampling and analysis, health and safety), logs, data reports, field sampling reports, daily quality control reports, and final reports with properly preserved samples. The contractor is responsible for all labor, supplies, analysis, and data reports. Quality is measured by meeting specific reporting limits and data deliverables for all requested analyses. Inspections will cover in-harbor and offshore water, soil, and sediment samples, with customer feedback from the Technical POC and COR determining ratings. Performance ratings range from "Exceptional" (100% Complete) to "Unsatisfactory" (0% Complete), based on the completeness of services.
    Attachment 5 - Technical Exhibit B outlines the Daily Quality Control Report (DQCR) for a project. This report serves as a critical document for federal government RFPs, federal grants, and state/local RFPs, detailing daily activities to ensure quality control. It requires a comprehensive description of work performed, samples collected, general conditions, and any corrective actions taken. The DQCR must also document departures from sampling plans and include any other relevant notes or comments, ensuring a thorough record of the day’s operations and adherence to project specifications.
    The Homogenization SOP outlines detailed procedures for compositing and homogenizing sediment for dredged material evaluations. It covers the entire process from field collection, shipment, and laboratory reception to the homogenization of discrete and composite sediment samples. Key steps include receiving samples, checking conditions, and logging them. Discrete sediments are homogenized individually, with aliquots taken for chemical analysis and archiving. These are then combined into a composite, re-homogenized, and further aliquots are taken for analysis before storage. The protocol also specifies rigorous decontamination procedures for all equipment, including HDPE buckets, impellers, shafts, pails, drums, and spatulas, ensuring no cross-contamination. This SOP is crucial for maintaining sample integrity and accuracy in environmental chemistry and bioassay testing for government-related projects.
    Attachment 7, Technical Exhibit E, outlines a standardized
    Attachment 8 - Technical Exhibit F provides an example Chain of Custody form, crucial for tracking environmental samples in projects related to federal government RFPs, federal grants, and state/local RFPs. The form includes sections for project identification (manager, name, number), client contact, sample details (location, identification, collection method, date, time, preservative use, number of containers, requested analyses), and field parameters (DO, T, pH, Cond/Salinity, Chlorine, Appearance). A dedicated area is included for laboratory use. The document also outlines a chain of custody process with multiple signature lines for relinquishing and receiving parties, ensuring accountability and integrity of the samples throughout their journey from collection to lab processing. This form is essential for maintaining proper documentation and legal defensibility of analytical results.
    This Performance Work Statement (PWS) outlines a non-personal services contract for sediment and water sample collection in the Kings Bay Entrance and Inner Channel along the Florida-Georgia border. The US Army Engineer Research and Development Center (ERDC) Environmental Laboratory (EL) requires these samples for characterization. The scope includes collecting 15 in-harbor sediment samples, 1 in-harbor water sample, and 1 offshore sediment sample, which will then be shipped to ERDC EL. The contractor must have extensive experience in in-shore and off-shore sampling techniques. Key deliverables include a kick-off meeting, a Sampling and Analysis Plan/Quality Assurance Project Plan (SAP/QAPP), a Health and Safety Plan (HASP), daily quality control reports, and a final data report. The sampling is scheduled between November 1, 2024, and February 10, 2024. The government will provide no property, and the contractor is responsible for all equipment, labor, and adherence to security requirements, safety regulations, and federal holidays. Performance will be evaluated based on the Quality Assurance Surveillance Plan (QASP).
    This government solicitation is for a Women-Owned Small Business (WOSB) to provide water and sediment sampling services for dredging operations. The U.S. Army Engineer Research and Development Center (ERDC) Environmental Laboratory requires a Blanket Purchase Agreement (BPA) for collecting in-shore and off-shore samples due to a lack of in-house capacity. The contractor will supply all necessary equipment, including a boat, and adhere to strict sampling, handling, and safety protocols, including those for decontamination, sample homogenization, and transportation. Deliverables include a Sampling and Analysis Plan (SAP), Quality Assurance Project Plan (QAPP), Health and Safety Plan (HASP), daily quality control reports, and a final data report. The contract spans from December 5, 2025, to December 4, 2030, with detailed clauses covering payment, electronic submission, and various federal acquisition regulations.
    This document is an amendment to solicitation W912HZ26RA002, issued by the US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) for an Environmental Laboratory (EL) Master Blanket Purchase Agreement (BPA) for Water and Sediment Sampling for Dredging. The amendment addresses questions and provides answers related to the Request for Proposal. Key changes include the addition of "ATTACHMENT 11 - QUESTIONS AND ANSWERS" to the list of contract documents and modifications to section G, which details administrative data. This section clarifies that the procurement is a small business set-aside under NAICS code 541370, will result in multiple awards, and operates under a five-year Master BPA with no guaranteed minimum or maximum order limits. It also specifies requirements for BPA delivery orders and provides contact information for government personnel. Section H outlines Service Contract Reporting requirements via SAM.gov. The Q&A section confirms the deadline for questions (October 27, 2025), corrects discrepancies in attachment titles, and states no anticipated delays due to a potential government shutdown.
    The W912HZ26RA002 Combined Synopsis/Solicitation is a new contract requirement. The deadline for submitting questions is October 27, 2025. There were discrepancies identified in the technical exhibit titles and attachment file names (Attachments 6-8), which have been corrected to ensure alignment between the RFP listings and the document titles. Additionally, it has been confirmed that there are no anticipated delays or schedule adjustments for this solicitation despite the potential for a federal government shutdown.
    Amendment 0002 to Solicitation W912HZ26RA002, dated October 29, 2025, extends the offer receipt deadline and addresses questions for the Request for Proposal (RFP) for an Environmental Laboratory (EL) Master Blanket Purchase Agreement (BPA) for Water Sediment Operations Sampling Services. This amendment, issued by W2R2 USA ENGR R AND D CTR, specifically incorporates Section J - Attachment 12 - Questions and Answers (Q&A). Offerors must acknowledge receipt of this amendment to ensure their offers are considered. This modification falls under the provisions for amendments of solicitations, ensuring all terms and conditions of the original document, as modified, remain in full force and effect.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    DUSTPAN DREDGE BRIDGE
    Buyer not available
    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.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    FY25 IDIQ Hopper Dredge Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The service being procured is the furnishing of one fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for dredging work in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, as well as areas of the Galveston and Mobile Districts. The estimated cost for this project is between $10,000,000.00 and $25,000,000.00. The solicitation documents will be posted on Sam.gov, and interested vendors are encouraged to register on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a 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.
    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.