Skip to main content
U.S. flag

An official website of the United States government

Dot gov

The .gov means it's official.
Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you're on a federal government site.

Https

The site is secure.
The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely.

information

We are making some changes to CLU-IN. If you have any feedback or questions, please contact us.

Share |
Connect | Archived Internet Seminars and Podcasts News Feeds (RSS) TechDirect and Newsletters
View Notices for:

Federal Contract Opportunities Update

Notices for September 29-October 5, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between September 29-October 5, 2025, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.

NOTE: SAM assigns a new URL EVERY TIME a solicitation is updated, which means the links given here will not reflect future changes. To monitor for updates, either enter the SOL at the SAM search interface or use the "Follow" icon (if a registered user).

F -- DRAFT REQUEST FOR PROPOSAL (RFP) FOR FAIRCHILD AFB OPTIMIZED REMEDIATION CONTRACT AT FAIRCHILD AFB, WASHINGTON (PRESOL)
SOL: FA8903-25-R-0035
DUE: October 15, 2025
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS AN 8(A) SET-ASIDE. The U.S. Department of the Air Force, Air Force Installation and Mission Support Center, at Joint Base San Antonio in Lackland, TX, is seeking questions related to a draft Request for Proposals (RFP) for an Optimized Remediation Services contract at Fairchild AFB in Washington State. The scope of this contract is to perform environmental remediation services, including Preliminary Assessments/Site Inspections (PA/SIs), and Remedial Investigations (RIs) or RI/Feasibility Studies (FSs), including Supplemental Investigations for selected sites. If the selected technical approach is determined to be ineffective, as evidenced by trends in the performance model, the Contractor shall develop and implement a revised approach to achieve the Program Objectives, including, if required, amendments to Decision Documents necessary to support the remedial approach. The Period of Performance (PoP) will be approximately 10 years from the date of award with one base year, and eight option years. QUESTIONS ARE DUE BY 2:00 PM EDT ON OCTOBER 15, 2025.
CITE: https://sam.gov/workspace/contract/opp/31f0d1fa195348f0ae3d10c92ce9f213/view
Posted: October 1, 2025
SPONSOR: U.S. Department of the Air Force, Air Force Installation and Mission Support Center, Joint Base San Antonio, Lackland, TX

F -- DRAFT REQUEST FOR PROPOSAL (RFP) FOR MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE AND KEESLER AIR FORCE BASE, MISSISSIPPI. *FOR INFORMATIONAL PURPOSES ONLY* (PRESOL)
SOL: FA890326TBD2026
DUE: October 15, 2025
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS AN 8(A) SET-ASIDE. The U.S. Department of the Air Force, Air Force Installation and Mission Support Center, at Joint Base San Antonio in Lackland, TX, is seeking questions related to a draft Request for Proposals (RFP) for a Mississippi Group Optimized Remediation Contract at Columbus AFB and Keesler AFB, both in Mississippi. The scope of this contract is to perform environmental remediation services, including Preliminary Assessments/Site Inspections (PA/SIs), and Remedial Investigations (RIs) or RI/Feasibility Studies (FSs), including Supplemental Investigations for selected sites. If the selected technical approach is determined to be ineffective, as evidenced by trends in the performance model, the Contractor shall develop and implement a revised approach to achieve the Program Objectives, including, if required, amendments to Decision Documents necessary to support the remedial approach. The Period of Performance (PoP) will be approximately 10 years from the date of award with one base year, and eight option years. QUESTIONS ARE DUE BY 2:00 PM EDT ON OCTOBER 15, 2025.
CITE: https://sam.gov/workspace/contract/opp/9e7f72b67046463f8913ea16ca01bf28/view
Posted: October 1, 2025
SPONSOR: U.S. Department of the Air Force, Air Force Installation and Mission Support Center, Joint Base San Antonio, Lackland, TX

C -- ARCHITECT-ENGINEER SERVICES FOR COMPREHENSIVE LONG-TERM ENVIRONMENTAL ACTION NAVY (CLEAN VII) FOR NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC (PRESOL)
SOL: N62742-25-R-1800
DUE: October 30, 2025
NAICS: 541330. THIS IS AN INVITATION FOR QUALIFIED FIRMS INTERESTED IN THIS FUTURE PROCUREMENT TO SUBMIT STANDARD FORM 330. The U.S. Department of the Navy, NAVFAC Pacific Command, at Joint Base Pearl Harbor Hickam in Hawaii requires a contractor for multi-discipline Architect-Engineer (AE) services in support of the Department of the Navy's Environmental Restoration Program consisting of the Installation Restoration (IR) Program and Munitions Response (MR) Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and other similar programs. Required services will be performed at various Navy and Marine Corps facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific (PAC) Area of Responsibility (AOR). Work will be performed predominantly in NAVFAC Hawaii (HI), NAVFAC Marianas (MAR), NAVFAC Northwest (NW) and NAVFAC Southwest (SW) areas of responsibility. Although these are the principal geographical areas of performance, the Contractor(s) may be required to perform at other locations within the NAVFAC Pacific area of responsibility, including Japan, Okinawa, Diego Garcia and other areas in the Pacific and Indian Oceans. Work may also be added and performed anywhere outside of the NAVFAC Pacific AOR, as required by the Government. The exact location of the required effort will be specified in the individual Contract Task Orders (CTOs). The Contractor may also, on occasion, be tasked to perform work for other NAVFAC Components, Department of Defense (DoD) or other federal agencies as required by the Government. This contract may include performance of work on private, Federal or other than Federal lands that are associated with the environmental sites identified above. See Attachment A for the scope of services anticipated under the resultant contract. STANDARD FORM 330s ARE DUE BY 8:00 PM EDT ON OCTOBER 30, 2025.
CITE: https://sam.gov/workspace/contract/opp/643db09557e14c10a6d1b2b8d01d0665/view
Posted: October 1, 2025
SPONSOR: U.S. Department of the Navy, NAVFAC Pacific Command, Joint Base Pearl Harbor Hickam, HI

F -- SOLICITATION DISTRICT 17 ENVIRONMENTAL REMEDIATION SERVICES MULTIPLE AWARD CONTRACT (SOL)
SOL: 70Z08725RJUNE28424423
DUE: November 30, 2025
NAICS: 562910. THIS IS AN 8(A) SMALL BUSINESS SET-ASIDE. The U.S. Coast Guard (USCG), Civil Engineering Unit, in Juneau, Alaska, requires a contractor to provide prompt responses on an as-needed basis for a wide variety of environmental services to address USCG needs associated with environmental restoration, liabilities, compliance, planning, and construction support. USCG shore infrastructure, real property, and other projects cover a wide range of activities, including but not limited to restoration, remediation, compliance, planning, remote field work, investigations, surveys, hazardous materials management, hazardous waste management, pollution prevention, operational activities (e.g., training, permitting, and response actions), and real property agreements/transfers. Services will be required at various facilities, buildings, and structures, both onshore and offshore (e.g., bases, small boat stations, lighthouses, aids-to-navigation facilities, and communications facilities). Services are often performed in remote, isolated areas of Alaska. Environmental services may include, but not be limited to, restoration and liabilities, environmental planning; and sustainability and training. The award will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm-Fixed Price (FFP) task orders for Environmental Remediation Services and a maximum total estimated at $45M. The contract will include a Base ordering period of one (1) year and two (2) 3-year option ordering periods or until the $45M contract capacity is expended, whichever occurs first. OFFERS ARE DUE BY 2:00 PM EST ON NOVEMBER 30, 2025.
CITE: https://sam.gov/workspace/contract/opp/1e362dd9d3b347978a4b2e94c7540e79/view
Posted: September 30, 2025
SPONSOR: U.S. Department of Homeland Security, U.S. Coast Guard, Civil Engineering Unit, Juneau, AK