Typical Sandbags and Large Air-liftable Sandbags in Support of USACE National Flood Fight Material Center
ID: W912EK26RA004Type: Solicitation
Overview

Buyer

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

NAICS

Textile Bag and Canvas Mills (314910)

PSC

TEXTILE FABRICS (8305)

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 (USACE) Rock Island District, is seeking proposals for the procurement of typical sandbags and large airliftable utility sandbags to support flood response efforts. The requirement includes the supply of up to 40 million typical sandbags and 80,000 large sandbags over a five-year period, with specific annual limits of 8 million and 20,000 units, respectively. These sandbags are critical for flood management and disaster response, ensuring readiness during emergency situations. Interested small businesses must submit their proposals to Contract Specialist Stanley L. Bolton by the specified deadline, with compliance to the Buy American Act and detailed shipping container specifications outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the CLINs (Contract Line Item Numbers) and Ordering Period (OP) for sandbag procurement, detailing quantities, units of measure, and pricing over five years. The document specifies two types of sandbags: Typical Sandbags (4,000,000 units per year) and Large Sandbags (10,000 units per year), both available on pallets and in 4’x4’x4’ shipping containers. The total evaluated price includes a transportation expense of $5,000.000 per unit, estimated by the Government as cost-reimbursable. The quantities are based on potential contract maximums, with 40,000,000 typical sandbags and 80,000 large sandbags over the five-year period. This document serves as a pricing and quantity framework for a sandbag supply contract within a federal government RFP.
    The document outlines the CLINs and Ordering Period (OP) for sandbags, detailing quantities and pricing for typical and large sandbags over five ordering periods. It specifies that 4,000,000 typical sandbags will be ordered annually, both on pallets and in 4’x4’x4’ shipping containers, while 8,000 large sandbags will be ordered annually under the same conditions. Transportation expenses are cost-reimbursable and estimated by the government at $425,000.000 per ordering period, totaling $2,125,000.000 over five years. The maximum quantities for the entire contract are 40,000,000 typical sandbags and 80,000 large sandbags. The document is structured to allow offerors to fill in unit prices for evaluation, indicating that quantities are based on potential contract maximums broken down over five years.
    The provided government file is entirely empty, containing no text or data. Therefore, it is impossible to identify a main topic, key ideas, supporting details, or document structure. Without any content, a summary cannot be generated, and its purpose within government RFPs, federal grants, or state/local RFPs cannot be determined.
    The document outlines order quantities for sandbags, categorized as "Typical Sandbags" and "Large Sandbags," within an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. It specifies minimum and maximum order quantities for both single and total per contract orders. For Typical Sandbags, single orders range from 100,000 to 3,000,000 units, with total contract orders between 100,000 and 40,000,000 units. These are typically packaged on pallets (1,000-14,000 units) or in crates (500-12,500 units). Large Sandbags have single order quantities from 400 to 4,000 units, and total contract orders from 400 to 80,000 units. They are packaged on pallets (25-100 units) or in crates (100 units). This file provides a clear framework for procurement under the IDIQ contract, detailing the scale and packaging of sandbag orders.
    The provided document,
    Solicitation W912EK26RA004 provides clarifications on maximum order limits for sandbags, transportation expenses, and Buy American Act compliance. Attachment 0003 details ordering quantities for sandbags, with annual limits of 8 million for Typical Sandbags and 20 thousand for Large Sandbags as per Attachment 0001 amendment 0001. Transportation expenses are cost-reimbursable and will not be evaluated in pricing. Regarding domestic preference, FAR 52.225-1 Buy American-Supplies, found under 52.212-5 Contract Terms and Conditions, governs country of origin requirements. The solicitation also provides details on marking shipping containers with specific dimensions for quantity, weight, delivery date, and the Corps logo, which is available in Attachment 0004. Shop drawings for shipping containers are required within ten calendar days of contract award.
    Solicitation W912EK26RA004 addresses key questions regarding sandbag procurement. It clarifies maximum order limits for Typical Sandbags (8 million annually) and Large Sandbags (20 thousand annually), directing proposers to Attachment 0003 for detailed quantities and Attachment 0001 Amendment 0001 for annual figures. Transportation expenses are cost-reimbursable, estimated by the government, and not evaluated in pricing; proposers should refer to Attachment 00002 and paragraph 4a regarding tariff costs. For Buy American Act compliance, the solicitation points to FAR 52.212-5 and FAR 52.225-1, indicating that domestic preference requirements apply to sandbags and their components.
    The document is a Standard Form 1449,
    Similar Opportunities
    Supply and Delivery of C144 Mortar Sand
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is seeking sources for the supply and delivery of approximately 5,406 tons of C144 Mortar Sand. This procurement aims to fulfill the needs of the J. Strom Thurmond Dam and Lake Project Area, with delivery scheduled between February 20, 2026, and March 1, 2026, to 18 designated drop-off points across eight parks. The sand must be clean and suitable for recreational use, with specific delivery requirements outlined for each location. Interested small businesses are encouraged to submit capability statements by December 10, 2025, to Stephanie Brasier at the provided email address, with a copy to Paul R. Gaeth for further inquiries.
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    BAG,24" X 40" EU
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 24" x 40" bags, classified under the NAICS code 322299 for All Other Converted Paper Product Manufacturing. The procurement includes specific quality assurance requirements, inspection protocols, and first article testing, emphasizing the importance of compliance with military specifications and standards. These bags are critical for various military applications, ensuring secure and efficient storage and transport of supplies. Interested vendors should direct inquiries to James Benes at 771-229-0080 or via email at JAMES.J.BENES3.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined submission timelines and requirements.
    Guttenberg Ponds Rock Supply
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contract for the supply and delivery of 2,000 tons of riprap materials to a designated stockpile location along the Upper Mississippi River in Wisconsin. This procurement aims to support ongoing construction and maintenance efforts in the area, highlighting the importance of reliable material supply for infrastructure projects. The solicitation is expected to be released in approximately two weeks and will be set aside for small businesses, with the contract being a Firm, Fixed-Price agreement. Interested contractors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information, and must ensure they are registered in the System for Award Management (SAM) prior to award.
    Bulk Cement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking suppliers for bulk cement through a Combined Synopsis/Solicitation notice. The procurement aims to acquire 1L of bulk cement, which is essential for various construction and military applications. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in government contracting. Interested vendors can reach out to Kortny Blanks at kortny.l.blanks.civ@army.mil or call 918-420-7118 for further details regarding the submission process and any deadlines.
    Type A base course, 3,500,000 lbs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of 3,500,000 lbs of Type A base course material. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on supporting small businesses in the construction sand and gravel mining industry. The Type A base course is crucial for various construction and infrastructure projects, ensuring the stability and durability of surfaces. Interested vendors should contact Mike Fabry at mike.j.fabry.civ@army.mil or call 918-420-6580 for further details regarding the solicitation process.
    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.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    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.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.