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 July 7-13, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between July 7-13, 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 -- PROJECT LABOR AGREEMENT (PLA) SURVEY FOR ENVIRONMENTAL REMEDIATION AT THE RARITAN BAY SLAG SUPERFUND SITE, OPERABLE UNIT 1 (OU1) – SEAWALL SECTOR, OLD BRIDGE TOWNSHIP AND SAYREVILLE, MIDDLESEX COUNTY, NEW JERSEY (SRCSGT)
SOL: PANNWD-25-P-0000-004657
DUE: July 21, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Northwestern Division, is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) for a large-scale construction project located at the Raritan Bay Slag Superfund Site, Operable Unit 1 (OU1) – Seawall Sector, in Old Bridge Township and Sayreville, New Jersey. Environmental remediation activities will involve the excavation and removal of slag, battery casings, and associated waste (including miscellaneous demolition debris in the form of concrete and various bricks), and the excavation and removal of soils and sediment above the lead remediation cleanup level of 400 mg/kg. The work will also require the design, installation, and removal of approximately 3,700 feet of sheet pile wall; dewatering to facilitate “in-dry” excavations; temporary water treatment system design, installation, and start-up; backfill and grading; site restoration, including coastal wetland restoration; and reconstruction of the seawall. A Project Labor Agreement is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. § 158(f). Federal Acquisition Regulation (FAR) policy states: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction project with a total estimated cost at or above $35 million) to promote economy and efficiency in the administration and completion of Federal construction projects. RESPONSES REGARDING THE USE OF A PROJECT LABOR AGREEMENT FOR THIS WORK ARE DUE BY 2:00 PM CDT ON JULY 21, 2025.
CITE: https://sam.gov/opp/72f4d8b8e11a44f3bc1b53172bd6e638/view
Posted: July 8, 2025
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City, MO

F -- 99 CES FUEL SPILL CLEANUP (COMBINE)
SOL: F3G3CE5147A002
DUE: July 25, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force, Air Combat Command, requires a contractor to clean up hazardous waste, including containment, cleanup, and disposal of contaminated materials located on the Airfield at Nellis AFB in Nevada. The contractor shall remove fuel-contaminated asphalt patches (150' X 4') and remove fuel-contaminated soil Area: 25' X 20' to a depth of 6' or with concentrations of hazardous substances or petroleum substances that exceed soil action levels listed in NAC 445A.2272. All contaminated soil shall be segregated and placed in designated containers for transport to a designated landfill or treatment facility approved by both the EPA and NDEP. The Civil Engineering Squadron will be responsible for replacing the soil that was removed. The award will be a firm-fixed-price contract with a 60-day period of performance. OFFERS ARE DUE BY 10:00 AM PDT ON JULY 25, 2025.
CITE: https://sam.gov/opp/b96ddbaf1e6d445b9ac5716edfe09494/view
Posted: July 10, 2025
SPONSOR: U.S. Department of the Air Force, Air Combat Command, Nellis AFB, NV

R -- R425--INTERSTITIAL MAINT / CLEANING SERVICES (SOL)
SOL: 36C26225Q1016
DUE: July 28, 2025
NAICS: 562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs seeks an asbestos-certified contractor to provide interstitial cleanup and maintenance services at the VA San Diego Healthcare System in San Diego, California. The contractor will be required to maintain the asbestos-containing environment of the interstitial spaces. The contractor must clean and maintain the interstitial catwalks, rooms, clean rooms, and elevator areas in Building 1 through regular HEPA vacuuming, mopping, and surface wiping, and remove all asbestos-containing materials (ACM) and debris. Repairs to damaged encasements and fire/smoke wall penetrations are required, with thorough photo documentation before and after work. A dedicated liaison will coordinate daily activities, inspections, and reporting of violations or damage, while maintaining logs and assisting with emergency responses. Clean rooms must be built, maintained, and certified as required, using approved materials and methods. The contractor will supply mobile containment units, install HEPA vacuums, and procure parts or materials as authorized. All work must comply with applicable codes, safety regulations, and VA directives, ensuring proper documentation and disposal of ACM and debris. The award will be a firm-fixed-price contract with a one-year base period and four one-year option periods. OFFERS ARE DUE BY 10:00 AM MDT ON JULY 28, 2025.
CITE: https://sam.gov/opp/b9ebcf36ead54077a93476d8a164020e/view
Posted: July 9, 2025
SPONSOR: U.S. Department of Veterans Affairs, 262-Network Contract Office 22,

F -- NTCRA AT PINHOOK BOG, INDIANA DUNES NP, IN (SOL)
SOL: 140P2125R0039
DUE: August 11, 2025
NAICS: 562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of the Interior, National Park Service, requires a contractor to conduct a removal action under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) at the Pinhook Bog Unit of the Indiana Dunes National Park (INDU) near La Porte, Indiana. The work requires the removal of sufficient material to reach the site's removal action objectives. The work includes removing approximately 1,350 bank cubic yards (BCY, estimated to be 2,500 tons) of solid waste and commingled soil (some of which is contaminated and may be classified as hazardous), characterizing the material, transporting it to appropriate disposal facilities, collecting and analyzing confirmation samples, and preparing a Removal Action Completion Report (RACR). The estimated removal quantities are based on previous site investigations. This firm-fixed-price contract will use a combination of lump sum and unit-priced items subject to the variation in quantity clause in conjunction with an established ceiling and notification requirements. The period of performance is 430 calendar days after the Notice to Proceed. OFFERS ARE DUE BY 11:00 PM PDT ON AUGUST 11, 2025.
CITE: https://sam.gov/opp/eb6fad05c9e1467a860c05a5496c23e7/view
Posted: July 8, 2025
SPONSOR: U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO

F -- INDOOR FIRING RANGE CLEANING SERVICES, DC (SOL)
SOL: 140P2125Q0068
DUE: August 19, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Park Service requires a contractor to provide monthly cleaning services and hazardous waste removal at its indoor firing range on the first floor of the Anacostia Operations Facility in Washington, D.C. The firing range features a 25-yard, 14-point indoor pistol and shotgun range equipped with a bullet trap and a three-stage filtered ventilation system. Monthly cleaning includes HEPA-vacuuming the floor, bullet-trap, shooting booths, weapons cleaning area, and all vertical and horizontal surfaces to remove lead particles, lead dust, and lead-contaminated ventilation filters; semi-annual wet range decontamination; and hazardous waste removal and disposal services of used HVAC filters and cleaning materials soiled with oil and lead. This contract will include a base period and four 365-day option periods, for a total possible performance period of five years plus up to six months more. The award will be based on a best-value procurement of commercial services. A group site visit is scheduled for Tuesday, July 29, 2025, at 10:00 AM EDT. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored. OFFERS ARE DUE BY 11:00 AM PDT ON AUGUST 19, 2025.
CITE: https://sam.gov/opp/d1a8faf22abf4e74af120581d36295f8/view
Posted: July 11, 2025
SPONSOR: U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO