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 March 10-16, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between March 10-16, 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 -- BUILDING REMEDIATION SERVICES (SOL)
SOL: W50S8Z25QA015
DUE: April 4, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Guard Bureau requires a contractor to clean and restore the Heating, Ventilation, and Air Conditioning (HVAC) of Building 505 to OSHA standards at Kingsley Field Air National Guard Base in Oregon. Building 505 HVAC ducting and air handler requires remediation services to remove all foreign debris and contaminates, including: Arsenic, Barium, Cadmium, Chromium, Lead, Selenium, Silver, and Silica. The HVAC system is 128 linear feet of ducting, 120 linear feet of pipe, 2 plenums, and one air handler unit (AHU). Testing of HVAC ducting, vents, and air handler will be conducted on all surfaces and after air handler is in operation. In the case initial remediation test result does not meet standards, remediation will be re-accomplished within 5 business days of receiving the test result. Testing methods will provide quantitative results and comply with OSHA sampling methodology. The award will be a firm-fixed-price contract with a Period of Performance 30 days after date of contract award. OFFERS ARE DUE BY 1:00 PDT ON APRIL 4, 2025.
CITE: https://sam.gov/opp/002608f7bd8349dc9e2276c66d7ac4fe/view
Posted: March 14, 2025
SPONSOR: U.S. Department of the Army, National Guard Bureau, Klamath Falls, OR

Z -- SIR: THE FEDERAL AVIATION ADMINISTRATION (FAA) HAS A REQUIREMENT FOR QP-2 PAINT CONTRACTORS TO PREPARE, REMOVE AND REPAINT THE EXISTING ASDE TOWER AND SHELTERS ON THE AIRPORT GROUNDS AT HOUSTON, TX 77066. (SOL)
SOL: 6973GH-25-R-00115
DUE: April 15, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Federal Aviation Administration (FAA) requires QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066. The 140-foot tower site has limited amounts of bird feces that could present hazards/concerns when applying the tower coatings. A Limited Lead-Containing Materials Survey Report (dated March 15, 2023) also found lead-based paint (LBP) on the tower frame. Paint and aviation colors/gloss should conform to Aerospace Material Specification Standard, SAE-AMS- STD-595, Colors Used in Government Procurement, previously known as FED STD- 595 (canceled February 14, 2017). The Color Requirement for the tower itself (if required) is the following: color #36375 medium gray, meeting FAA AC 70/7460-1M-Obstruction Marking and Lighting. All other structures or equipment to be painted will be mutually agreed upon between the contractor and the stakeholders. The award will be a firm-fixed-price contract awarded to the offeror with the lowest-priced quote that can be determined fully responsive and responsible. OFFERS ARE DUE BY 5:00 PM CDT ON APRIL 15, 2025.
CITE: https://sam.gov/opp/0842fd8d25134b879cc627df9fae01d1/view
Posted: March 13, 2025
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 6973GH Franchise Acquisition Services, Oklahoma City, OK

F -- USACE, KANSAS CITY SB PRAC MATOC (SOL)
SOL: W912DQ25RA012
DUE: April 15, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Northwestern Division, and the Environmental Protection Agency (EPA) Region 2, require a contractor to support hazardous, toxic and radioactive waste (HTRW) remediation projects for both civilian and military agencies of the Federal Government. This contract for environmental response actions will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP), Superfund, environmental compliance and pollution prevention projects under the Department of Defense Environmental Quality Program, Brownfields, Formerly Utilized Sites Remedial Action Program (FUSRAP), environmental cleanup activities under the Base Realignment and Closure (BRAC) Program, Department of Energy, Veterans Administration, Department of Homeland Security and the Federal Emergency Management Agency (FEMA), United States Department of Agriculture (USDA), and other environmental and homeland security laws and regulations requiring support activities for military installations, USACE's civil works projects, and work for other federal agencies. The DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). OFFERS ARE DUE BY 2:00 PM CDT ON APRIL 15, 2025.
CITE: https://sam.gov/opp/4438de46ba7f4400bb6807a7694d9236/view
Posted: March 14, 2025
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City District, Kansas City, MO

Z -- Z2DA--ASBESTOS ABATEMENT AND REMEDIATION FOR VAMC OKC, OK (PRESOL)
SOL: 36C25925Q0296
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 31, 2025, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs, plans to issue a solicitation for abatement of Asbestos Containing Materials (ACM) throughout the Oklahoma City Veterans Affairs Medical Center (OKC VAMC). These areas pose a health and safety threat for all occupants within the facility and are justification for abatement and remediation. Work will include all necessary testing and survey work by Contractor's certified industrial hygienist (CI); all necessary pre-abatement work -- including the creation of asbestos abatement drawings provided by designer certified within the state of Oklahoma -- and approvals; for constructing and maintaining work area isolation; abatement work, removal, and disposal of ACM for a third party independent certified industrial hygienist to represent the VA hereafter referred to as the VPIH and all necessary testing by VPIH -- specific Transmission Electron Microscopy (TEM) testing must be performed to certify decontamination of work area; as needed for replacing/refinishing affected/impacted area finishes; for removal of isolation work area throughout the hospital as indicated by this and supporting documentation. There is no solicitation at this time.
CITE: https://sam.gov/opp/a572ac48179946b18390cadb38bdbd1c/view
Posted: March 12, 2025
SPONSOR: U.S. Department of Veterans Affairs, Network Contracting Office 19, Greenwood Village, CO

Z -- Z1DA--ABATE B219 CEILINGS-SELECT ROOMS (PRESOL)
SOL: 36C26025R0059
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2025, IT WILL BE COMPETED AS A FULL AND OPEN COMPETITION. The U.S. Department of Veterans Affairs requires the abatement of asbestos-containing material (ACM) in four rooms' ceilings in one building. Further details will be provided in the solicitation when released. The anticipated magnitude of the project of this project is expected to be between $100,000.00 and $250,000.00. An organized site visit is anticipated to be included in the details of the solicitation. The award is expected to be a firm-fixed-price construction award. There is no solicitation at this time.
CITE: https://sam.gov/opp/25124fda34274b48a5a4d0b31be19fb8/view
Posted: March 13, 2025
SPONSOR: U.S. Department of Veterans Affairs, 260-Network Contract Office 20, Vancouver, WA