Federal Contract Opportunities Update
Notices for November 27-December 3, 2023
SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between November 27-December 3, 2023, 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 -- JOINT BASE CAPE COD (JBCC) OPTIMIZED REMEDIATION CONTRACT (ORC) (SRCSGT)
SOL: W912DR24R0018
DUE: December 15, 2023
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers seeks qualified contractors interested in providing environmental services to support the Air Force at Joint Base Cape Cod in Massachusetts as part of its efforts in executing its Environmental Restoration Program via a performance-based Optimized Remediation Contract (ORC). The project consists of performing environmental remediation activities, the range of which includes preparation and achievement of decision documents to select or modify remedies, maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives to support progress to Site Closeout at 16 Installation Restoration Program sites and one Military Munitions Response Program site. The period of performance for this contract will be ten years. Large businesses are not prohibited from submitting a response to this notice; however, Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB)are highly encouraged to participate. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM EST ON DECEMBER 15, 2023.
CITE: https://sam.gov/opp/63c3b36ece5b42778404d038fdf86c0f/view
Posted: December 1, 2023
SPONSOR: U.S. Army Corps of Engineers, Baltimore District, Baltimore, MD
SLDA REMEDIATION SERVICES (SRCSGT)
SOL: W912P424S0001
DUE: December 15, 2023
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Buffalo District, seeks qualified contractors who are interested in providing follow-on remediation services at the 44-acre Shallow Land Disposal Area (SLDA) in Vandegrift, Pennsylvania. The SLDA is part of the Formerly Utilized Sites Remedial Action Program (FUSRAP), which directs USACE to clean up sites with contamination resulting from the Nation's early atomic energy program. The contractor will provide personnel, equipment, tools, materials, supervision, other items, and non-personnel services necessary to perform remediation services. These services are required to be consistent with those supporting the FUSRAP program and SLDA project site during remediation. The scope of this response action addresses comingled soil and debris contaminated with americium-241, plutonium-239, plutonium-241, radium-228, thorium-232, uranium-234, uranium-235, and uranium-238. Results of sampling completed at SLDA indicate that uranium-contaminated materials placed in the trenches are present in a wide range of enrichments, from less than 0.2 percent by weight uranium-235 (U-235) to greater than 45 percent. The anticipated value of the follow-on contract action is $250 - $500 million. CAPABILITY STATEMENTS ARE DUE BY 3:00 PM EST ON DECEMBER 15, 2023.
CITE: https://sam.gov/opp/9b42c466613f47b8a955d1d2dc73c3f6/view
Posted: December 1, 2023
SPONSOR: U.S. Army Corps of Engineers, Buffalo District, Buffalo, NY
F -- CATM RANGE 8FT WALL CLEANING SERVICES (SOL)
SOL: FA480324QB008
DUE: December 18, 2023
NAICS: 562112. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force requires a contractor to perform quarterly and annual range cleaning and hazardous waste removal services at the 20th Security Forces' Squadron Combat Arms Weapons Firing Range, Building 1833, located at Shaw AFB in South Carolina. Services will include surface cleaning of 2,000 square feet to reduce lead contamination; sampling of five pre-cleaning and five post-cleaning areas for lead analysis; and packaging of all hazardous materials/debris (gun firing residue/frangible dust/debris) as required and notifying the Shaw AFB Central Accumulation Point (CAP) for pick up. The offer conforming to the solicitation that is considered the most advantageous to the Government, price, and other factors considered, will receive a contract with a period of performance from the date of award through September 30, 2024. QUOTES ARE DUE BY 12:00 PM EST ON DECEMBER 18, 2023.
CITE: https://sam.gov/opp/7eb3dab64694417da7ed8e53cc8ee850/view
Posted: November 29, 2023
SPONSOR: U.S. Department of the Air Force, Air Combat Command, FA4803 20 CONS LGCA, SHAW AFB, SC
F -- NRL HAZARDOUS WASTE DISPOSAL LABORATORY ANALYSIS, AND EMERGENCY SERVICES (COMBINE)
SOL: N0017324QMB05
DUE: January 4, 2024
NAICS: 562211. THIS IS A FULL AND OPEN COMPETITION. The U.S. Naval Research Laboratory (NRL) requires Hazardous Waste Disposal, Laboratory Analysis, and emergency services, to include all necessary labor, supervision, equipment, materials, packing, containers, labels, packing slips, Land Disposal Restriction documents, Manifests (State and Uniform Hazardous Waste Manifest), and services. The Contractor shall provide items designated by NRL's Hazardous Waste Coordinator to accomplish the profiling, packaging, labeling manifesting, transportation and off-site (off NRL property) treatment, stabilization and/or disposal, and the sampling of unknown materials, on an as-needed basis. The Contractor shall also be responsible for the disposal and or treatment of Per- and Polyfluoroalkyl substances (PFAS), Perfluorooctanoic acid (PFOA), Perfluorooctane Sulfonic Acid (PFOS), and Gen X contaminated waste, wastewater, soil or equipment, fire testing support, and rental equipment. The above services may be considered Normal Routine Services, On-Demand Services, or Emergency Response Services. Services shall be performed at the seven Naval Research Laboratory locations in and around Washington, DC. The period of performance is five years. OFFERS ARE DUE BY 12:00 PM EST ON JANUARY 4, 2024.
CITE: https://sam.gov/opp/64f2e7dcec4a40319c918be8a985f205/view
Posted: December 1, 2023
SPONSOR: U.S. Department of the Navy, Office of Naval Research, Naval Research Laboratory, Washington, DC
F -- ENVIRONMENTAL REMEDIATION IN KOTZEBUE, ALASKA (COMBINE)
SOL: 140A0524Q0001
DUE: January 8, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET‐ASIDE. The Bureau of Indian Affairs requires contaminated soil removal, groundwater sampling, and laboratory analysis within the Village of Kotzebue. The purpose of this contract is to remove approximately 200 cubic yards of soil contaminated with diesel range organics and characterize the contamination of groundwater on the site and its environmental impacts on the community. The scope of work includes research of historic documents, site reconnaissance, identification of contamination, geotechnical investigation, risk evaluation, permitting, fieldwork, sampling, analysis, data evaluation, and additional activities to determine the quantity and quality of known contaminants present at the site. The scope of the investigation shall provide information sufficient to identify the risk associated with environmental and public health considerations concerning the property. In addition, the groundwater monitoring will allow managers to plan further investigations, if required, to determine cleanup requirements and design a cleanup action in accordance with the Alaska Department of Environmental Conservation (DEC), and federal and tribal laws and regulations. The Government contemplates the award of a firm‐fixed‐price services contract with a one‐year period of performance. QUOTES ARE DUE BY 9:00 AM PST ON JANUARY 8, 2024.
CITE: https://sam.gov/opp/e718691a1f134480a7e52f1288b9702e/view
Posted: November 27, 2023
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Pacific Region, Sacramento, CA
F -- ENVIRONMENTAL REMEDIATION IN NAPASKIAK, ALASKA (COMBINE)
SOL: 140A0524Q0002
DUE: January 8, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET‐ASIDE. The Bureau of Indian Affairs requires a contractor to perform a preliminary investigation/ site assessment of soil and groundwater contamination within the Village of Napaskiak, Alaska. The purpose of this contract is to conduct a preliminary investigation/
assessment and remediation at the old school site within the Village of Napaskiak to characterize the contamination and design a remediation plan. The scope of work includes research of historic documents, site reconnaissance, identification of contamination, geotechnical investigation, risk evaluation, permitting, fieldwork, sampling, analysis, data evaluation, and additional activities to determine the quantity and quality of contaminants present at the site. The scope of the investigation shall provide information sufficient to identify potential liability and risk associated with environmental and public health considerations concerning the property. In addition, the site characterization will allow managers to plan further investigations, if required, to determine cleanup requirements and design a cleanup action in accordance with the Alaska Department of Environmental Conservation (DEC), federal and tribal laws and regulations. The Government contemplates the award of a firm-fixed-price contract with a one‐year period of performance. QUOTES ARE DUE BY 9:00 AM PST ON JANUARY 8, 2024.
CITE: https://sam.gov/opp/176d8b9925334f0cb143e33104d47e7b/view
Posted: November 28, 2023
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Pacific Region, Sacramento, CA
F -- ENVIRONMENTAL REMEDIATION IN EEK, ALASKA (COMBINE)
SOL: 140A0524Q0003
DUE: January 8, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Bureau of Indian Affairs requires a contractor to perform a preliminary investigation/ site assessment of soil and groundwater contamination within the Village of Eek, Alaska. The purpose of this contract is to conduct a preliminary investigation/ site assessment and remediation at the Old School site within the Village of Eek to characterize the contamination and design a remediation plan. The scope of work includes research of historic documents, site reconnaissance, identification of contamination, geotechnical investigation, risk evaluation, permitting, fieldwork, sampling, analysis, data evaluation, and additional activities to determine the quantity and quality of any contaminants present at the site. The scope of the investigation shall provide information sufficient to identify potential liability and risk associated with environmental and public health considerations concerning the property. In addition, the site characterization will allow managers to plan further investigations, if required, to determine cleanup requirements and design a cleanup action in accordance with the Alaska Department of Environmental Conservation (DEC), and federal and tribal laws and regulations. The Government contemplates the award of a firm-fixed-price contract with a one-year period of performance. QUOTES ARE DUE BY 9:00 AM PST ON JANUARY 8, 2024.
CITE: https://sam.gov/opp/61bf9df804d0481094c0c2fcc8242cc3/view
Posted: November 28, 2023
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Pacific Region, Sacramento, CA
F -- SOURCES SOUGHT FOR REMEDIATION SERVICES IDIQ (SRCSGT)
SOL: DOIAFBO240014
DUE: January 8, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Bureau of Indian Affairs is in the early stages of considering whether to put in place one or more single award task order contracts (SATOCs) or multiple award task order contracts (MATOCs) to support environmental sampling and remediation services requirements, including both credentialed and non-credentialed professional services. These contracts are planned to be used primarily for assessing and mitigating risks in federally owned facilities. Examples include: lead, asbestos, and mold sampling/testing and abatement (these three areas are expected to make up a large portion of requirements); other hazardous material abatement; illicit drug residue sampling, cleaning and remediation; remediation and cleanup of mine sites, soil, or groundwater; drinking water testing; wastewater treatment; hazardous material storage tank removal and disposal; contouring land; revegetation; indoor air quality monitoring and investigation; and radon monitoring and mitigation. Much of this work is typically performed by individuals with licensure or certifications in lead, asbestos, mold, radon or other environmental sampling or remediation. Examples include AHERA, CIH, CSP, PE, Lead Inspector, and Radon Measurement Technicians. The contracts will support environmental remediation services across CONUS and Indian Country for Indian Affairs, including work for the Bureau of Indian Affairs and the Bureau of Indian Education. The contracts may also be used by other Department of the Interior agencies and bureaus. This work may require contractors to work on more than one task order at a time in different locations. Many locations of work will be remote sites. RESPONSES ARE DUE BY 5:00 PM EST ON JANUARY 8, 2024.
CITE: https://sam.gov/opp/d410c5bd714b4e79a21ec6743a25b7c4/view
Posted: November 30, 2023
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Central Office, Reston, VA
F -- CORNELL-DUBILIER SUPERFUND SITE OU4 - REACHES 2-4 - REMEDIAL ACTION (SOL)
SOL: W912DQ24R3000
DUE: January 29, 2024
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers requires a contractor to perform remedial action efforts at Operable Unit 4 (OU4), Reaches 2-4, of the Former Cornell-Dubilier Electronics Superfund Site in Plainfield, New Jersey. The magnitude of construction is estimated between $250M and $500M. A site visit is planned for December 12, 2023, at 10:00 AM EST at Veterans Memorial Park, 327 Elm Street in South Plainfield, New Jersey. The Government contemplates the award of a Cost-Plus-Fixed-Fee contract resulting from this solicitation. OFFERS ARE DUE BY 12:00 PM EST ON JANUARY 29, 2024.
CITE: https://sam.gov/opp/88f7cfd44b544f19baac2cb6daad8e8e/view
Posted: November 27, 2023
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City, MO
Z -- Z1DA--ASBESTOS ABATEMENT IDIQ (PRESOL)
SOL: 36C24624R0022
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT DECEMBER 13, 2023, IT WILL BE COMPETED AS A SERVICE‐DISABLED VETERAN‐OWNED SMALL BUSINESS (SDVOSB) SET‐ASIDE. The U.S.
Department of Veterans Affairs requires a contractor to provide asbestos and other hazardous material abatement services at the Salem VA Medical Center in Salem, Virginia. The intent of the project is to award multiple IDIQ contracts with one base period and four option periods. Under the IDIQs, all contract work will be completed through individual task orders awarded for individual projects located on campus. All work will be in accordance with individual task order requirements, specifications, and drawings as provided with each project. Each task order will be priced individually and will include its own wage determination and period of performance.
CITE: https://sam.gov/opp/f5c10617ca4a42af8d2f30e985709e09/view
Posted: November 28, 2023
SPONSOR: U.S. Department of Veterans Affairs, 246-Network Contracting Office 6, Hampton, VA
F -- DEPARTMENT OF ENERGY (DOE) ENVIRONMENTAL MANAGEMENT (EM) WEST VALLEY DEMONSTRATION (SNOTE)
SOL: 89303324REM000122
NAICS: 562910. The U.S. Department of Energy (DOE) anticipates the issuance of a Final Request for Proposal (RFP) for the WVDP Phase 1B procurement no earlier than January 2024. The WVDP Phase 1B Contractor will be responsible for achieving a significant reduction in financial liability and environmental risk that provides the best overall optimal solution to site accelerated completion and closure. The major elements of scope for Phase 1B include: the demolition of remaining near-grade and below-grade components of the Main Plant Process Building (MPPB); additional facility deactivation and demolition; contaminated soils excavation and remediation; waste management and legacy waste disposition; safeguards and security; environmental monitoring; surveillance and maintenance; and program support activities. The Final RFP will promote contractor community commitment and engagement, to include a requirement for the WVDP Phase 1B Contractor to submit a community commitment plan to DOE. The new contract resulting from this acquisition will replace the contract currently being performed by CH2M Hill -- BWXT West Valley, LLC., which will expire in 2025.
CITE: https://sam.gov/opp/88a60b07806c41feb6afb839aa481837/view
Posted: November 28, 2023
SPONSOR: U.S Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH