W912DW25Q0035 FY25 PSTW Collected Debris Removal
ID: W912DW25Q0035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting proposals for the FY25 Puget Sound and Tributary Waters (PSTW) Debris Removal project at the Hiram M. Chittenden Locks in Seattle, Washington. The contractor will be responsible for the offloading, separation, and disposal of various types of debris, estimated at up to 1,000 tons, from barges and the quay/dock area, ensuring compliance with local, state, and federal regulations. This project is critical for maintaining environmental standards and operational efficiency at the facility, and it is a total small business set-aside with a firm fixed price contract structure. Interested parties must submit their proposals by August 12, 2025, at 2:00 PM Pacific Time, and are encouraged to contact McKenna Rain at mckenna.t.rain@usace.army.mil or Shemekia McMillan at Shemekia.R.Mcmillan@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to solicitation W912DW25Q0035, issued on July 17, 2025, details an upcoming mandatory site visit for a government contract. The site visit is scheduled for July 22, 2025, from 0900 to 1100 Pacific Standard Time at the Lake Washington Ship Canal Visit Center, located at Ballard (Hiram M. Chittenden) Locks, Seattle, WA. Participants must pre-register by July 21, 2025, at 1200 PST by emailing specific contacts with the solicitation number, firm details, and representative information. This amendment emphasizes that advance registration is required, and the site visit will be canceled if no registrations are received. Only one site visit will be offered, and individual requests will not be granted. Quoters are responsible for assessing site conditions, as failure to do so will not relieve them from estimating proper project costs.
    This document is an amendment to solicitation W912DW25Q0035, dated July 9, 2025, issued by the USA Engineer District, Seattle. The amendment, effective July 31, 2025, publishes the attendance list for a site visit held on July 23, 2025, at the Lake Washington Ship Canal. It also provides a clarification regarding Optional Item 1001, “Local Barge Moved at LWSC to Quail Area,” confirming that the “Quail Area” is a government-owned off-loading area for debris, with no additional staging required. The amendment includes an updated wage determination (Revision No. 26, dated July 8, 2025) for King and Snohomish Counties, Washington, outlining hourly rates for various occupations, fringe benefits (health & welfare, vacation, holidays), and specific provisions for computer employees and air traffic controllers/weather observers. It also details hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications under the Service Contract Act.
    This document is Amendment 0003 to Solicitation W912DW25Q0035, issued by the USA Engineer District, Seattle, with an effective date of August 1, 2025. Its primary purpose is to post questions and answers related to a Request for Information (RFI). The amendment extends the solicitation period and clarifies that offerors must acknowledge receipt. Key updates include responses to inquiries about 'Optional Item 1001' regarding the 'Quail Area' for debris offloading, confirming it is government-owned with no additional staging required. It also clarifies that a Not-To-Exceed (NTE) amount will not be used, as the requirement is for a Firm Fixed Price contract with optional CLINs. Finally, the amendment confirms that the project is subject to prevailing wage requirements, with the Wage Determination included in the solicitation.
    The document is a Request for Quote (RFQ) W912DW25Q0035 issued by the US Army Corps of Engineers, Seattle District, for FY25 PSTW Debris Removal services at the Hiram M. Chittenden Locks. The contractor will be responsible for offloading, separating, and disposing of various types of debris from barges and the quay/dock area, including solid, recyclable, and liquid waste. Dangerous waste will be identified, segregated, and stored for government handling. The contract is a Firm Fixed Price, Total Small Business Set-Aside, with an estimated tonnage of up to 1000 tons. Key requirements include mandatory SAM registration, a site visit, electronic quote submission by August 8, 2025, and adherence to a Quality Control Plan. The award will be based on the lowest-priced technically acceptable offer.
    The document outlines a Request for Quote (RFQ) W912DW25Q0035 for the FY25 PSTW Debris Removal project at Hiram M. Chittenden Locks in Seattle, WA. The project entails the removal of debris collected from local waterways, requiring contractors to manage the offloading, handling, disposal, and separation of various types of waste, including solid and liquid waste. Proposals must be submitted by 10:00 AM PST on August 8, 2025, with a site visit required for potential bidders. Key responsibilities include moving barges, ensuring compliance with environmental standards, and coordinating with government representatives for waste disposal. The contract will be evaluated based on the lowest-priced technically acceptable offer. Contractors must provide a Quality Control Plan and adhere to federal regulations regarding waste management, including the segregation of dangerous materials. The government emphasizes thorough reporting on the tonnage collected, proper disposal procedures, and the restoration of the quay/dock area post-removal. This RFQ reflects the government's commitment to maintaining environmental integrity and operational efficiency while promoting local small businesses through a set-aside for small business participation.
    The document is an amendment (0001) to a solicitation issued by the USA Engineer District, Seattle, regarding an upcoming site visit for a federal contract. The site visit is scheduled for July 22, 2025, at the Lake Washington Ship Canal, with a mandatory pre-registration deadline of July 21, 2025. Interested participants must confirm their attendance via email, providing specific information such as the solicitation number and representative details. The government emphasizes the importance of site visits for potential quoters to assess work conditions and is clear that requests for additional visits cannot be accommodated. Furthermore, it states that any prior representations about conditions made by government officials do not obligate the government unless documented in official solicitation materials. This amendment serves to ensure that all prospective contractors are aware of the site visit details, promoting transparency and proper understanding of project requirements before bid submissions.
    The document serves as an amendment to a solicitation and contract, identified as W912DW25Q0035, and outlines necessary details regarding a site visit, responses to requests for information (RFI), and wage determinations under the Service Contract Act. A site visit was held at the Lake Washington Ship Canal on July 23, 2025, with attendees from multiple contracting businesses. The amendment includes specific answers to clarifying questions about the "Quail Area," identifying it as government-owned with no additional staging required beyond the existing operational setup. The amendment addresses the wage rates applicable to various occupations, referencing Executive Orders 14026 and 13658, which mandate minimum wage provisions for workers engaged under federal contracts. It also specifies fringe benefits expected for different labor classifications. The outlined wage determination rates and mandatory contractor responsibilities regarding employee compensation and benefits reflect the government's commitment to adhere to labor standards in federal contracting processes. Overall, the document emphasizes compliance with federal regulations while facilitating engagement with prospective contractors.
    This document is an amendment to a solicitation related to RFI responses for a project overseen by the USA Engineer District in Seattle. The amendment updates contract details, specifies the receipt acknowledgment process, and clarifies that the solicitation's terms remain effective except as modified. It includes responses to questions posed during a site visit at Lake Washington Ship Canal on July 22, 2025. Key clarifications reveal that the “Quail Area” for barge debris offloading is government-owned, with handling requirements specified. The project will not utilize a Not-To-Exceed amount, rather it will be executed as a Firm Fixed Price contract with optional items evaluated on the need and criteria defined in the solicitation. The project is also subject to prevailing wage requirements, as mandated by the Wage Determination included in the solicitation. This amendment serves to ensure that all participants are informed of updates, emphasizing compliance with project specifications and regulatory obligations essential for successful contract execution.
    This government Request for Proposal (RFP) W912DW25Q0035, issued by the US Army Corps of Engineers, Seattle District, seeks non-personal services for FY25 Puget Sound and Tributary Waters (PSTW) Debris Removal at the Hiram M. Chittenden Locks. The contractor will be responsible for offloading, separating, and disposing of various types of debris (estimated up to 1000 tons) from three barges and a quay/dock area. This includes segregating clean wood for habitat restoration, recyclables, solid waste, and liquid waste, ensuring proper disposal in accordance with all local, state, and federal regulations. The disposal of dangerous waste is excluded but requires segregation and storage by the contractor. The contract is a Firm Fixed Price with optional items. Bids are due by August 8, 2025, at 10:00 AM PDT. A site visit was held on July 22, 2025, and prevailing wage requirements apply. Contractors must be registered in the System for Award Management (SAM) to be eligible for award, which will be made on a lowest-priced technically acceptable basis.
    This document is Amendment 0004 to Solicitation W912DW25Q0035, issued by the USA Engineer District, Seattle, on August 5, 2025. The primary purpose of this amendment is to update the Bid Schedule by incorporating the Contract Line Item Number (CLIN) structure. Key changes include revised descriptions for existing CLINs (0001-0006) for tasks such as barge movement, offloading, and disposal of various waste types, and dock area leveling. Several optional CLINs (1001-1006, 3001-3002, 4001, 2001, 3001, 4001, 5001) and sub-CLINs (2001AA, 2001AB, 2001AC, 3001AA, 3001AB, 4001AA, 4001AB, 2001AD) have been added or modified with updated descriptions and option statuses. Additionally, the response date/time for the solicitation has been extended from August 8, 2025, to August 12, 2025. The inspection and acceptance locations for all CLINs and sub-CLINs have been changed from the US Army Corps of Engineers, Seattle District office to the Hiram M. Chittenden Locks facility. The amendment emphasizes that offerors must price all numbered items in the Bid Schedule, with failure to do so resulting in bid rejection. The contract price will be evaluated based on the total price of all base and exercised optional items.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Willapa Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to construct an enhanced sediment retention structure to increase storage capacity and manage river flows, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for maintaining the structural integrity of the sediment retention system and mitigating potential flooding risks in the area. Interested contractors should note that the project is valued between $25 million and $100 million, with proposals due by December 19, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 1, 2025. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    Ediz Hook Beach Nourishment
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is preparing to solicit bids for the Ediz Hook Beach Nourishment project in Port Angeles, Washington. This construction project involves placing up to 42,000 tons of beach nourishment fill material, specifically 6 to 12-inch rounded cobbles, along the ocean side of the Ediz Hook Revetment, with construction activities scheduled to occur between July 16, 2026, and September 30, 2026, lasting approximately 4-6 weeks. The contract, estimated to be valued between $1,000,000 and $5,000,000, is set aside for Women-Owned Small Businesses, and interested contractors must be registered in the System for Award Management (SAM) database to submit proposals. For further inquiries, potential bidders can contact Xuejiao Sun at Xuejiao.Sun@usace.army.mil or Robert Gonzalez at robert.l.gonzalez@usace.army.mil.
    GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC) project, which involves mechanical dredging and placement construction services for contaminated sediment in Riverview, Michigan. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to mechanically dredge and remove contaminated sediment, with anticipated placement in the Pointe Mouillee Confined Disposal Facility. This project is significant for environmental remediation efforts and is estimated to have a construction value between $10 million and $20 million, with a contract expected to be awarded in April/May 2026. Interested firms should submit their capabilities by December 10, 2025, to the designated contacts, Marna Rockwell and Lisa May, via the provided email addresses.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    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.
    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.
    W912DW25B0009 Grays Harbor North Jetty Repair
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Grays Harbor North Jetty Repair project located in Ocean Shores, Washington. This procurement aims to address critical repairs to the jetty, which is essential for maintaining navigational safety and environmental protection in the area. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors should note that several amendments have been issued, with the latest updates provided in the attached documents. For further inquiries, potential bidders can contact Hien Ho at hien.ho@usace.army.mil or Alex Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor FY26
    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 a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor for fiscal year 2026. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the dredged material to be disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated project value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to submit their responses by 1:00 PM Eastern Time on December 19, 2025, to Eric Leach and Connor Struckmeyer via email, including specific project experience and qualifications as outlined in the notice.