FY 26 Dredge Vessels Essayons and Yaquina Slops Removal Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USACE Portland District is seeking proposals for annual oily waste (slops) removal services for the Hopper Dredge Essayons and Dredge Yaquina. This Unrestricted Request for Quote (RFQ) requires contractors to provide labor, material, and equipment for the safe and compliant disposal of slops. Quotes are due April 2, 2026.
Scope of Work
The contractor will off-load approximately 4,500 gallons of oily waste from the Dredge Essayons (up to 7 removals) and 2,500 gallons from the Dredge Yaquina (up to 5 removals) between April 14, 2026, and March 19, 2027. Services involve across-the-water transfer using a vacuum truck and specific hose/fitting requirements. Transportation services to various Oregon ports (Astoria, Portland, Coos Bay, Newport) and Longview, WA, are also required. All slops must be disposed of in accordance with federal, state, and local regulations, with accurate manifests and disposal certificates provided.
Contract Details
- Opportunity Type: Solicitation (RFQ W9127N26QA050)
- Agency: USACE Portland District, Department of the Army
- NAICS Code: 562998 (All Other Miscellaneous Waste Management Services)
- Set-Aside: Unrestricted (Full and Open)
- Contract Type: Firm Fixed Price for services.
- Period of Performance: April 14, 2026, through March 19, 2027.
- Place of Performance: Primarily on the Dredge Essayons and Dredge Yaquina, with transportation to various ports in Oregon and Washington.
Key Requirements & Submission
- Offerors must be registered in SAM.gov and certified by the USCG for over-the-water transfer of bilge slops.
- A Quality Control Program (QCP) is required, and contractors must comply with safety standards (e.g., Lockout/Tagout, EM-385-1-1) and E-Verify.
- Pricing must be provided for each CLIN, and Standard Form 1449 (blocks 12, 17, 23, 30) must be completed and signed.
- Electronic quotes must be submitted via email to Jaren.L.Bowman@usace.army.mil and Brandon.M.Lasich@usace.army.mil.
Wage Determinations
Several Service Contract Act (SCA) Wage Determinations are attached, covering Coos, Curry, Douglas, Clatsop, Tillamook, Clackamas, Columbia, Multnomah, Washington, Yamhill (OR) and Clark, Skamania, Cowlitz (WA) counties. Bidders must factor these minimum wage rates, fringe benefits (e.g., $5.55/hour Health & Welfare), paid sick leave (EO 13706), and minimum wage (EO 13658) requirements into their proposals.
Response Deadline
April 2, 2026, at 12:00 PM Local Time.