Federal Contract Opportunities Update
Notices for June 30-July 6, 2025
SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between June 30-July 6, 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 -- HAZARDOUS WASTE REMOVAL (COMBINE)
SOL: 123A9425Q0027
DUE: July 16, 2025
NAICS: 562112. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of Agriculture, Food Safety and Inspection Service (FSIS), requires a contractor to provide comprehensive hazardous waste management and emergency response services in support of FSIS laboratory and facility operations nationwide. These services include, but are not limited to: the transportation, treatment, storage and disposal of hazardous and non-hazardous waste; analytical sampling and testing; emergency response to chemical spills; and onsite training for FSIS personnel. The government intends to establish one or more Firm-Fixed Price Blanket Purchase Agreements (BPAs) for a base period of five (5) consecutive years. OFFERS ARE DUE BY 2:00 PM EDT ON JULY 16, 2025.
CITE: https://sam.gov/opp/8d3c9c7011b1492eb260fbb68f4933c5/view
Posted: July 1, 2025
SPONSOR: U.S. Department of Agriculture, Food Safety and Inspection Service, Beltsville, MD
B -- RESTORATION ADVISORY BOARD ENVIRONMENTAL CONSULTING SERVICES (COMBINE)
SOL: W50S8D25Q16Q3-1
DUE: July 24, 2025
NAICS: 541620. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The 105th Airlift Wing is seeking an independent expert in Perfluoroalkyl and Polyfluoroalkyl Substances (PFAS), with knowledge of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), to support the Stewart Restoration Advisory Board (RAB). The expert must have remediation experience and hold a Master's degree or higher. Familiarity with New York State Department of Environmental Conservation regulations is preferred. The expert will conduct an independent review of all completed reports associated with the PFAS Remedial Investigation and Interim Remedial Actions. The review will include, but not be limited to, the following documents: Unified Federal Policy Quality Assurance Project Plan (UFP QAPP) Addendum 2 (AECOM, 2024); CPA Phase I Report (Noblis, 2024); CPA Phase II Report (Noblis, 2024); and NTCRA EECA (BB\&E, 2025). The Contractor will provide the RAB with progress reports during regularly scheduled RAB meetings throughout the duration of this contract. Before completion of the contract, the Contractor will deliver a public presentation for RAB members and the community, summarizing the conclusions drawn from the review of the reports. The presentation is intended to help educate the RAB and the community to better understand the technical documents completed to date and their implications for remedial designs, and will summarize findings related to the plume(s) associated with PFAS contamination. Information should include, but not be limited to, the plume's characteristics, size, migration, profile, fate, and transport, particularly as these factors relate to municipal and private drinking water wells. The public presentation will be scheduled through the Contracting Officer's Representative and the RAB. A question-and-answer session will be included to allow RAB members and community participants to gain further understanding. The Contractor will also provide a written summary report based on the review of the provided documents. The report will include a clear analysis of the PFAS plume(s) in relation to municipal and private drinking water wells, summarizing findings regarding plume characteristics, size, fate, transport, migration, and profile. The report must be delivered at least one week prior to the public presentation to allow sufficient time for review. All questions regarding this solicitation must be submitted in writing by no later than 10:00 AM EDT on Thursday, July 17, 2025. The period of performance will be six months from the date of contract award. QUOTES ARE DUE BY 10:00 AM EDT ON JULY 24, 2025.
CITE: https://sam.gov/opp/39be0b837c384083bc1c4e7a42658b31/view
Posted: June 30, 2025
SPONSOR: U.S. Department of the Army, National Guard Bureau, W7NR USPFO Activity Nyang 109, Scotia, NY
F -- MD-CHESAPEAKE BAY ESFO-LEAD SHOT SITE (PRESOL)
SOL: 140FC225R0015
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JULY 17, 2025, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Interior, Fish and Wildlife Service, requires a contractor to plan and complete soil removal and remediation at the Lead Shot Site within the Prime Hook National Wildlife Refuge in Milton, Delaware. The award will be a firm-fixed-price contract with a period of performance of 545 calendar days after receipt of the Notice to Proceed. There is no solicitation at this time.
CITE: https://sam.gov/opp/e726e273450b4595a10d7aa10cd20f40/view
Posted: June 30, 2025
SPONSOR: U.S. Department of the Interior, Fish and Wildlife Service, Construction A/E Team 2, Falls Church, VA
F -- FORT NIOBRARA NWR - FIRE RANGE REMEDIATION (PRESOL)
SOL: 140FGA25Q0036
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JULY 17, 2025, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Interior, Fish and Wildlife Service, requires a contractor to remediate the Small Arms Firing Range (SAFR) at the Fort Niobrara National Wildlife Refuge near Valentine, Nebraska. The firing range is approximately .6 acres in size, 40 meters wide, 120 meters long with a 5-meter earthen target berm at the south end. The work includes but is not limited to: site characterization via soil sampling and excavation and sieving of approximately 165 cubic yards of soil for bullet and bullet fragments from the berm face; and confirmation sampling of the face of the berm via soil and groundwater sampling for metals. Characterization sampling of the soil shall include, as a minimum, the collection of twenty (20) discrete random soil samples from areas within the range perimeter and sample for "total metals." Metals to be sampled for are Cu, Ni, Pb, Zn, Sb, Sn, and As. Soil below contaminant levels will be left on-site and is the responsibility of the U.S. Fish and Wildlife Service for further action. Once the site is clean, the contractor shall provide a written Corrective Action Completion Report and obtain a "No Further Action" letter from the Nebraska Environmental Protection Agency as part of the Site Remediation Program. The contractor must sign up for the Voluntary Cleanup Program with the State of Nebraska and must obtain a No Further Action Letter. There is no solicitation at this time.
CITE: https://sam.gov/opp/cc0ea8432ff34028a7097e4ae5c2e674/view
Posted: July 3, 2025
SPONSOR: U.S. Department of the Interior, Fish and Wildlife Service, GAOA, Falls Church, VA