Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 12 PM
Sources Sought
Fort bragg North carolina

Fort Bragg Concrete Crushing and Recycling

Details

Solicitation ID W91247-26-R-0001
Posted Date 26 Jun 2025 at 12 PM
Response Date 10 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qm Micc Fdo Ft Bragg
Agency Department Of Defense
Location Fort bragg North carolina United states 28310

Possible Bidders

Office Depot Incorporated

Cleveland San antonio Indianapolis New york Fremont Savage Saint rose Rutherford Arlington Corpus christi Grapevine Delray beach Long beach Boca raton Salt lake city Signal hill Columbia Austin St rose Lawrenceville

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

National Industries For The Blind

Wayne Earth city Alexandria

Sign up to access Documents

Signup now

General:

This is a non-personal services contract to provide concrete crushing operations for stockpiled concrete, bricks, blocks, and asphalt to a usable aggregate to be used on training roads, parking lots, and other identified areas for fill material.

  • The Government will not exercise any supervision or control over the contract service providers.
  • The Contractor shall perform to the standards specified in this Performance Work Statement (PWS).
  • Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
  • The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to complete the requirements as outlined and defined in this PWS.                                                                                                                                                                         

    1.2. Background:

    Fort Bragg, located in Cumberland County, North Carolina. Spans approximately 161,000 acres and includes 6,016 buildings. The population consists of about 67,000 military personnel, Government civilians, and Contractor personnel, along with 25,000 resident family members.

    Concrete waste generated from demolition and construction projects at Fort Bragg is transported to the Lamont Landfill Facility, where it is recycled by crushing the waste into specified sizes. Concrete waste is delivered to the landfill, where it is stockpiled in a designated recycling area managed by the Government. Currently, there are about 1,000,000 tons of concrete waste stockpiled at the facility.

    1.3.  Objectives.

    The Contractor shall ensure all work accomplished as fulfillment of this PWS meets all applicable Federal, State, and local laws, regulations, directives, and other requirements (LOR) (See Definitions & Acronyms, 2.2 Acronyms --- Legal and Other Requirements) and Applicable Publications.

    1.4. Scope:

    The Contractor is responsible for performing rock crushing services in accordance with the performance standards outlined in this PWS. They must ensure the provision of management, equipment, and personnel necessary to crush concrete waste into usable material for use at Fort Bragg. Additionally, the Contractor will provide management, equipment, and personnel to stockpile this material in the designated space as defined in this contract, and in accordance with all other terms, conditions, and provisions contained herein. 

    SPECIFIC TASKS

    5. Specific Tasks for Concrete Crushing:

    5.1. The Contractor, shall determine and utilize the most cost-effective crushing and recycling services, emphasizing innovation and commercial best practices, to maximize diversion. Using the Contractor provided equipment, the Contractor shall crush concrete into 1 ½ inch or minus rock product and stockpile in designated area. When requested by the Government, the Contractor shall crush and store some large pieces of concrete into 5-to-8-inch pieces to use for riprap. For concrete that is greater in size than 2 by 2 feet, a processer shall be used to break down the concrete into an appropriate size to be crushed. Provide equipment and personnel to remove debris (wood, paper, non-ferrous metals, plastics, etc.) and the use of magnets to remove ferrous metals. (wood, paper, non-ferrous metals, plastics, etc.) shall be removed off Fort Bragg and disposed in a title D landfill.

    5.1.1. The Contractor shall provide a monthly report of tonnage as Material Solid Waste (MSW) and material recyclables, by the 5th of each month. The monthly summary report shall, at a minimum, identify the alternative waste streams, (wood, paper, non-ferrous metals, plastics, etc.), landfill/transfer station tipping fees, and percent MSW and recyclable. (See Deliverables Schedule, paragraph 8.1, Deliverables A018).

    5.2. The equipment normally used to process waste concrete are Crushers, Screener, Conveyors, Magnets, Processer, Excavator, Loader, Dozer, water tank or water truck for dust control.

    5.3. The Contractor shall remove foreign debris and metals from crushed concrete.

    5.4. The Contractor shall adjust the crushing of operations to the maximum output to meet the size and contaminants requirements.

    5.5. The processing area shall be cleaned up with the use of a road magnet, once every two weeks to remove ferrous metals to reduce road hazards and hazards to personnel.

    5.6. The Contractor shall provide the services necessary to plan and execute the required tasks of this Performance Work Statement (PWS) within the contract period. The work shall be completed in accordance with the PWS and all applicable federal, state, and local laws and regulations.

    5.7. National and DoD Policy:           

    Contractor will comply with all national and DoD policies regarding health protection issues including pandemic outbreaks. Local Health Protection Conditions (HPCON) change based on risk levels in the surrounding area Fort Bragg, North Carolina, and in cooperation with local, state, and national guidance. The Contractor shall comply with installation and higher headquarters policies aimed at mitigating the spread of dangerous communicable diseases

    5.8. Contractor Vehicles/Equipment:

    Vehicles/Equipment shall be maintained and serviced IAW the manufacturers’ recommendations. The Contractor shall ensure vehicles/equipment receive periodic safety checks, and all irregularities shall be repaired before the vehicle/equipment is operated. The vehicle/equipment operator shall immediately clean up all spills caused during the operation.  All operators of Contractor-furnished vehicles/equipment shall have a valid driver’s license and operate IAW installation traffic regulations. The Contractor shall not leave vehicles/equipment unattended unless properly locked and secured.

    5.8.1. The Contractor shall have serviceable vehicles and equipment to ensure the completion of contract requirements in the event of breakdowns, repair, or other mechanical issues. Vehicles and equipment identified as unserviceable shall be repaired or replaced NLT seven (7) calendar days at no additional cost to the Government. The Contractor shall also provide maintenance and repair service.

    5.9. Tonnage Report:

    The Contractor shall submit an end of week report. The report shall include a weekly total and a running total of the tonnage of concrete crushed, the tonnage transported of trash and foreign debris (not to include metals which will be collected at Lamont Landfill) to offsite facilities this action will include a Tip report and other daily events (storm delays, maintenance, work stoppages, etc.) to the COR and Landfill Manager NLT Close of Business (COB) of the following business day. (Refer to Deliverables Schedule, paragraph 8.1, Deliverables A020.)

    5.10. Crushed Concrete:

    The Contractor shall produce a minimum of 900 tons of crushed concrete free of wood, paper, non-ferrous metals, plastics, etc. daily.

    5.11.     Historical Data:

    Historically, Fort Bragg has contracted the crushing of approximately 100,000 to 400,000 tons of concrete annually, with a daily production rate of around 1,000 tons. The crushed concrete is then stockpiled in a designated area near the waste stockpile, arranged in lifts to minimize the area’s footprint.

    5.12. SSHP Air Sampling Report

    The Contractor shall submit a SSHP Air Sampling Report to the KO/COR and Landfill Manager in accordance with CFR 1910.1026(d)(2) based on this initial eight-hour time-weighted average findings, shall dictate the reporting requirements for this activity (See Deliverables Schedule, paragraph 8.1, Deliverables A015).

  • If initial monitoring indicates that employee exposures are below the action level, the employer may discontinue monitoring for those employees whose exposures are represented by such monitoring.
  • If monitoring reveals employee exposures to be at or above the action level, the employer shall perform periodic monitoring at least every six months.
  • If monitoring reveals employee exposures to be above the PEL, the employer shall perform periodic monitoring at least every three months.

Please see attached documents for additional requirements and documentation.

Similar Opportunities

Sparta Wisconsin 07 Jul 2025 at 3 PM
Sparta Wisconsin 07 Jul 2025 at 3 PM
Sparta Wisconsin 07 Jul 2025 at 2 PM
Fort lee Virginia 05 Sep 2025 at 6 PM
Cherry point North carolina 30 Jul 2025 at 4 PM

Similar Awards

Fargo North dakota Not Specified
Fort bragg North carolina Not Specified
Fort bragg North carolina Not Specified
Tacoma Washington 11 Mar 2008 at 4 AM
Location Unknown 18 May 2012 at 7 AM