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 December 8-14, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between December 8-14, 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 -- BIRCHES REMEDIAL ACTION, DEMOLITION, AND GROUNDWATER MONITORING (SRCSGT)
SOL: 697DCK-26-R-00076
DUE: December 19, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Transportation, Federal Aviation Administration, seeks responses from 8(a)-certified vendors for the removal and off-site disposal of PCB-, lead-, and petroleum-contaminated soils at the Engine Generator Building site, targeting contaminants above Alaska Department of Environmental Conservation (ADEC) Method Two Cleanup Levels. Excavations, covering approximately 5,160 sq ft and extending up to 15 ft bgs, must be guided by field screening using PID, XRF, and visual/olfactory methods, with appropriate sampling of excavations and stockpiles. The scope includes dewatering, managing saturated soils, and demolition of concrete foundations. Damaged monitoring wells must be replaced, and the contractor must obtain the necessary EPA/TSCA IDs for waste shipment. All personnel must meet hazardous waste training requirements, conduct horizontal and vertical surveys, and coordinate field activities and schedules with the FAA Project Engineer, with work potentially occurring in 2026 and/or 2027. Birches is not connected to the road system and lacks any infrastructure. The land is owned by Doyon, Limited. During previous projects, personnel accessed the site by boat from Tanana or by floatplane from Fairbanks, while heavy equipment and supplies were delivered by barge from Nenana and staged on the riverbank. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM CST ON DECEMBER 19, 2025.
CITE: https://sam.gov/workspace/contract/opp/b838be64d598406cab3db24c4a25d4af/view
Posted: December 8, 2025
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisition Services, Fort Worth, TX

F -- MOLD AND ASBESTOS REMEDIATION VANCE AFB F713-112 (COMBINE)
SOL: 208017-BK-112
DUE: January 5, 2026
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of the Air Force requires a contractor to perform asbestos, mold, and mildew abatement and interior demolition in Room 112 of Facility 713 at Vance AFB, just outside of Enid, Oklahoma. Work includes field verification of site conditions; removal of ceilings, drywall, insulation, flooring, casework, plumbing finishes, and bathroom fixtures; and demolition of asbestos-containing materials in accordance with applicable OSHA, NESHAP, and Oklahoma Asbestos Control Act requirements. The scope also includes containment, negative air pressure, cleaning, HEPA vacuuming, air scrubbing, industrial hygiene air clearance testing, proper manifesting and disposal of asbestos waste at an approved facility, and final site cleanup to preconstruction conditions or better. The award will be a Firm-Fixed-Price contract to the Low Cost/Technically Acceptable to the Government bidder. PROPOSALS ARE DUE BY 10:00 AM CST ON JANUARY 5, 2026.
CITE: https://sam.gov/workspace/contract/opp/d963a2ffd4dc4b8abedb46ccd7533c3f/view
Posted: December 11, 2025
SPONSOR: U.S. Department of the Air Force, Air Education and Training Command, FA3029 71 FTW CVC, Enid, OK

F -- MOLD AND ASBESTOS REMEDIATION AT VANCE AFB F713-111 (COMBINE)
SOL: 208018-BK-111
DUE: January 5, 2026
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of the Air Force requires a contractor to perform asbestos, mold, and mildew abatement and interior demolition in Room 111 of Facility 713 at Vance AFB, just outside of Enid, Oklahoma. Work includes field verification of site conditions; removal of ceilings, drywall, insulation, flooring, casework, plumbing finishes, and bathroom fixtures; and demolition of asbestos-containing materials in accordance with applicable OSHA, NESHAP, and Oklahoma Asbestos Control Act requirements. The scope also includes containment, negative air pressure, cleaning, HEPA vacuuming, air scrubbing, industrial hygiene air clearance testing, proper manifesting and disposal of asbestos waste at an approved facility, and final site cleanup to preconstruction conditions or better. The award will be a Firm-Fixed-Price contract to the Low Cost/Technically Acceptable to the Government bidder. PROPOSALS ARE DUE BY 10:00 AM CST ON JANUARY 5, 2026.
CITE: https://sam.gov/workspace/contract/opp/d44a4e71328d43f9a7b1c1cb638c614d/view
Posted: December 11, 2025
SPONSOR: U.S. Department of the Air Force, Air Education and Training Command, FA3029 71 FTW CVC, Enid, OK

F -- UXO CLEARANCE SERVICES - FORT MCCOY (COMBINE)
SOL: W911SA26QA005
DUE: January 9, 2026
NAICS: 562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of the Army seeks a contractor to provide unexploded ordnance (UXO) Clearance at Fort McCoy in Wisconsin to expand safe training area availability for the military training customer base. The contractor shall conduct surface and subsurface operational range clearance, including the identification, inspection, certification, removal, and disposal of explosive ordnance, range scrap, and residue, in compliance with applicable Department of Defense (DoD), Department of the Army (DA), and Fort McCoy regulations and guidance. The Contractor shall provide and perform under this contract the accountability requirements, such as: issuance, receipt, accountability and turn-in, recording of munitions expenditures, explosives safety, and scrap disposal; in accordance with the PWS and the terms and conditions of the contract. The contractor shall perform to the standards required to ensure UXO Clearance, residue removal, and all disposals are in accordance with all State, Federal and Fort McCoy Regulations. Most of the locations are unimproved lands, high noise levels, extremes in weather conditions (temperatures, storms, and rain), dust, and dirt requiring the following of established safety procedures and wearing of protective equipment such as safety boots. Work sites are remote with limited, if any, permanent latrine facilities. The period of performance shall be for one 12-month base year and four 12-month option periods with an option to extend services up to six (6) months. OFFERS ARE DUE BY 10:00 AM CST ON JANUARY 9, 2026.
CITE: https://sam.gov/workspace/contract/opp/240077b5053348859655a110f17395a7/view
Posted: December 9, 2025
SPONSOR: U.S. Department of the Army, Army Materiel Command, Missions Installation Contracting Command, 419th CSB, Fort McCoy, WI

F -- MID-PLUME GROUNDWATER REMEDIATION AT THE WALTON AND LONSBURY SUPERFUND SITE, ATTLEBORO, MASSACHUSETTS (SOL)
SOL: W912WJ26RA001
DUE: February 12, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, New England District, requires a contractor to conduct mid-plume remediation work at the Walton and Lonsbury Superfund Site, a former electroplating facility that operated from 1940 to 2007, in Attleboro, Massachusetts. Specifically, the contractor will be tasked with pre-construction planning and surveys; site preparation including fencing, clearing, staging, erosion controls, monitoring well protection or abandonment, and construction of a work platform; and construction of the mid-plume treatment transect through excavation, soil management and disposal, mixing and quality control of zero-valent iron (ZVI) and sand, and backfilling with reactive media. Following construction, the contractor will restore the site through capping, grading, slope stabilization, wetland restoration, installation of new monitoring wells, removal of temporary facilities and controls, fence replacement, and repair of affected pavement. The work concludes with vegetation establishment, two semiannual groundwater monitoring events to assess remedy performance, and accommodation of an existing stormwater drain along the treatment transect alignment. The award will be a firm-fixed-price contract. OFFERS ARE DUE BY 1:00 PM EST ON FEBRUARY 12, 2026.
CITE: https://sam.gov/workspace/contract/opp/f71745903659413e8d895d8e67fa44fd/view
Posted: December 12, 2025
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Engineer Division, New England District, Concord, MA

F -- WA-FWS SPRING CRK ASBESTOS ABATEMENT OF CEILING TILES. (PRESOL)
SOL: 140FC326Q0001
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT DECEMBER 29, 2025, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service seeks a contractor to dispose of asbestos ceiling tiles and install new ceiling tiles from the Incubation Building at the Spring Creek National Fish Hatchery in Underwood, Washington. Specific tasks wil be defined in the Statement of Work when the solicitation is issued. The requirement will be procured in accordance with Simplified Acquisition Procedures that will result in one award of a firm fixed price construction. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/2eff239ed57f4f21b0c3c8ff1ef76b90/view
Posted: December 9, 2025
SPONSOR: U.S. Department of the Interior, U.S. Fish and Wildlife Service, Construction A/E Team 3, Falls Church, VA