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 1-7, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between September 1-7, 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 -- COMBAT ARMS RANGE CLEANING SERVICE (COMBINE)
SOL: FA461325Q1053
DUE: September 12, 2025
NAICS: 562910. THIS IS AN 8(A) SET-ASIDE. The 90th Contracting Squadron requires a contractor to provide all management, personnel, tools, equipment, labor, and transportation necessary (including High Efficient Particulate Air (HEPA) vacuums, power washers, waste containers/barrels, cleaning solutions/other cleaning materials, and other items/services) to perform range cleaning and maintenance services at F. E. Warren Air Force Base in Wyoming. The contractor shall provide comprehensive cleaning services for the range facility Monday through Friday from 07:30-18:00, including all areas from the Mass Air Units to the backstop, shooting positions, tower, classrooms, and utility rooms. Personnel, including subcontractors, must be documented and cleared for base access in advance, and the contractor is responsible for returning the range to its pre-cleaning configuration, cleaning up any spills or debris, and completing inspection reports within five business days. All waste, including lead and copper dust, must be collected using standard commercial practices, packaged in DOT-approved containers, and disposed of in compliance with Federal, State, and local regulations, with manifests returned to the CO within 45 days. The scope includes cleaning the auger system and associated equipment, preventing water accumulation in bullet traps, and conducting pre- and post-cleaning swipe sampling to ensure lead levels are kept as low as practicable, with acceptable post-cleaning levels below 40 µg/ft². A site visit is scheduled for Tuesday, September 9, 2025, at 9:30 AM MST. The award will be a firm-fixed-price contract with a 60-calendar-day performance period from the notice of the award until completion. OFFERS ARE DUE BY 10:00 AM MDT ON SEPTEMBER 12, 2025.
CITE: https://sam.gov/opp/c21d077aac9e4c7b9d9736b339fcb60f/view
Posted: September 3, 2025
SPONSOR: U.S. Department of the Air Force, Air Force Global Strike Command, FE Warren AFB, WY

F -- BIORKA ISLAND RCAG TOWER SITE INVESTIGATION AND REMOVAL ACTION (SRCSGT)
SOL: 697DCK-25-R-00477
DUE: September 15, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Department of Transportation, Federal Aviation Administration, seeks responses from qualified 8(a) certified business concerns interested in supporting a site investigation and removal action at the location of a former Remote Communications Air to Ground (RCAG) building adjacent to the current Federal Aviation Administration (FAA) Air Traffic Control Beacon Interrogator (ATCBI) on Biorka Island near Sitka, Alaska. Biorka Island is located ~ 15 miles NE of Sitka and access is via boat or helicopter out of Sitka, Alaska. Access to the former RCAG building foundation, once on island, is via an approximately 2-mile FAA-maintained road starting at the FAA Dock located in Symonds Bay, Biorka Island. The work consists of two phases. Phase 1 includes the collection of ISM samples across the proposed new ATCBI site, sampling, demolition, and removal of the former RCAG building foundation, and removal of lead-impacted soil around that foundation. Phase 2 includes additional option tasks, such as the replacement of approximately 90-foot-long 2-inch PVC power and communication utility conduit with 4-inch RGS conduit, clearing all trees from the proposed new ATCBI site, and removal of all overburden to bedrock across the site. To better understand the market for this potential requirement, the FAA requests capability statements from interested 8(A) firms. CAPABILITY STATEMENTS ARE DUE BY 2:00 PM CDT ON SEPTEMBER 15, 2025.
CITE: https://sam.gov/opp/94c417c721a2458da1c6f2e786f0a735/view
Posted: September 3, 2025
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, Regional Acquisition Services, Fort Worth, TX

F -- SOURCES SOUGHT FOR ASBESTOS ABATEMENT SERVICES (SRCSGT)
SOL: PANMCC25P0000018666
DUE: September 24, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The Department of Public Works at Fort Leavenworth, Kansas, is seeking responses from qualified firms to provide services for abatement, sampling, verification of abatement completion, and clearance sampling. The work includes asbestos-containing material (ACM) abatement (including covering flooring, subfloor, mastic, and friable asbestos in crawlspace soil) as well as third-party daily air monitoring when adjacent spaces are occupied and third-party clearance sampling. The work is estimated at approximately five buildings per year, totaling about 14,000 SF at Fort Leavenworth. All work performed by the contractor must result in a complete and functional system. The performance period for this contract is five years from the date of award. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM CDT ON SEPTEMBER 24, 2025.
CITE: https://sam.gov/opp/51f678a9201e4d82a2855d5c3b6b2d9d/view
Posted: September 2, 2025
SPONSOR: U.S. Department of the Army, Army Mission Installation Contracting Command, FDO Eustis, Ft. Leavenworth, KS

F -- FORMOSA MINE SUPERFUND SITE, OPERABLE UNIT 1 (OU1) REMEDIAL ACTION PROJECT, RIDDLE, OREGON (SOL)
SOL: W912DW25R0008
DUE: October 31, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Northwestern Engineer Division, Seattle District, is seeking a contractor for the Formosa Mine Remedial Action Capping Project in Riddle, Oregon. The project scope of work consists of activities necessary to implement primarily the earthwork-related requirements of the EPA's Record of Decision for the Formosa Mine Superfund Site Operable Unit (OU) 1. OU1 includes all surface and subsurface mine materials deposited outside of the underground mine workings and considered "source materials" for the Site. These include materials excavated during construction and operation of the mine, such as waste rock, ore, tailings, construction rock, road surfaces, and contaminated soils. The objectives of the OU1 remedial action are to remove, consolidate, and restrict or minimize the interaction of contaminant source materials with precipitation, surface water runoff, and groundwater. The remedial approach focuses on preventing direct exposure to mine waste with elevated metal concentrations and reducing acid rock drainage (ARD) generation, thereby reducing impacts on groundwater and surface water. The remedial action includes OU1 mine materials at the encapsulation mound (EM); former ore storage/million-gallon storage tank area; the Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRDs); and roads containing mine materials adjacent to these areas. The specific project scope of work includes the following actions: stabilizing the steep encapsulation mound (EM) slopes with gabion walls; development of a clean materials borrow area and non-primary mine disturbance area (PDMA) mine material repository; grading and consolidation of mine materials in the non-PMDA mine material repository; impermeable cover construction on the EM, former ore storage/million-gallon storage tank, and non-PMDA mine material repository; grading, amendment and revegetation of mine materials at the area southwest of the EM, and Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRD)s; and excavation of mine materials from roads, reconstruction of roads within the project limits, and construction of a steep slope northwest (NW) access road for gabion wall placement. The award will be a firm-fixed-price contract with a 120-calendar-day period of performance. OFFERS ARE DUE BY 2:00 PM PDT ON OCTOBER 31, 2025.
CITE: https://sam.gov/opp/679004e5d6b84e569402b57470da45ab/view
Posted: September 3, 2025
SPONSOR: U.S. Army Corps of Engineers, Northwestern Engineer Division, Seattle, WA