CLU-IN Home

U.S. EPA Contaminated Site Cleanup Information (CLU-IN)


U.S. Environmental Protection Agency
U.S. EPA Technology Innovation and Field Services Division
View Notices for:

Federal Contract Opportunities Update


Notices for August 5-11, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between August 5-11, 2024, 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 -- AZ ASBESTOS CONTAMINATED PIPE REMOVAL (SOL)
SOL: 140FS224Q0246
DUE: August 16, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires a contractor to remove nine buried, partially exposed, and fully exposed concrete pipes that have been contaminated with asbestos and disposed of following correct hazardous materials practices. The pipes are located within the Bill Williams River National Wildlife Refuge in Parker, Arizona, and range in size from 4 to 110 feet in length. Work includes testing the concrete piping to confirm the presence of asbestos in the material; providing supervision and oversight of personnel while removing the concrete pipes, properly disposing of hazardous materials according to all applicable laws and regulations, and maintaining proper safety and efficiency measures as directed by refuge personnel and crew leader. Direct access to the site is available via Shae Road. The period of performance for asbestos pipe removal will be from August 26, 2024, to December 1, 2024. OFFERS ARE DUE BY 5:00 PM EDT ON AUGUST 16, 2024.
CITE: https://sam.gov/opp/0034ad6dda594f5c927436c94ad77fcf/view
Posted: August 5, 2024
SPONSOR: U.S. Department of the Interior Fish and Wildlife Service, SAT Team 2, Falls Church, VA

F -- RANGE CLEANING SOLICITATION (SOL)
SOL: W9124924R0026
DUE: August 19, 2024
NAICS: 562211. The U.S. Department of the Army requires a contractor to annually decontaminate all horizontal surfaces in the indoor firing range and bullet recovery room at the U.S. Army Criminal Investigation Laboratory in Forest Park, Georgia. Decontamination will consist of wet-wiping, High-Efficiency Particulate Air (HEPA) vacuuming, or a combination of both to remove lead dust from these locations. Wipe samples will be taken to verify cleanliness after decontamination. Work also includes servicing, decontaminating, and replacing all serviceable filters in the CyberNational, Inc., bullet recovery system (water tank); servicing and decontaminating the Savage Range Systems Model 800W bullet trap in the firing range; properly disposing of all cleaning materials using the Toxicity Characteristic Leaching Procedure (TCLP); and certifying cleanliness of the decontamination work by taking a minimum of 12 wipe samples on horizontal surfaces. A level of CITE: https://sam.gov/opp/025f35702d1c466da5484eae0ec49944/view
Posted: August 8, 2024
SPONSOR: U.S. Department of the Army, Mission and Installation Contracting Command, FDO Eustis, Fort Eisenhower, GA

F -- SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) (SRCSGT)
SOL: 89303324REM000134
DUE: September 5, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Energy (DOE) Office of Environmental Management (EM) is currently in the market research phase for the eventual follow-on competitive procurement for legacy cleanup at the Los Alamos National Laboratory (LANL), hereafter referred to as the "Los Alamos Legacy Cleanup Contract II (LLCC II)." Since its inception in 1943 as part of the Manhattan Project, LANL's primary mission has been nuclear weapons research and development. LANL is owned by the National Nuclear Security Administration (NNSA) and is managed and operated by an NNSA prime contractor. The EM Los Alamos Field Office (EMLA) program's mission is to safely, efficiently, and with full transparency complete the cleanup of legacy contamination resulting from nuclear weapons development and government-sponsored nuclear research at LANL. Since October 1, 1988, the programs that characterize and remediate contaminants in the environment, decontaminate and decommission (D&D) process contaminated facilities, and manage and dispose of legacy transuranic (TRU) waste have been funded by DOE EM. DOE is seeking innovative, risk-based End-state approaches (based on risk analysis) for completing cleanup activities in a safe, compliant, and efficient manner that will result in an accelerated reduction of risk and environmental liability. The term "End State" is defined as the specified situation at the successful completion of an interim and/or final phase of an environmental cleanup activity. CAPABILITY STATEMENTS ARE DUE BY 5:00 PM EDT ON SEPTEMBER 5, 2024.
CITE: https://sam.gov/opp/2ee855703aa049f5ad2d34f713a8910b/view
Posted: August 6, 2024
SPONSOR: U.S Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH

F -- HAZMAT SPILL RESPONSE/CLEANUP AND WASTE DISPOSAL (SOL)
SOL: 140R3024R0035
DUE: September 6, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Interior Bureau of Reclamation's Lower Colorado Regional Office requires a contractor to perform cleanup and disposal services. Cleanup services include: cleanup of illegal dumpsites; bloodborne pathogen cleanup; compelling and urgent emergency spill response and cleanup; nonemergency spill response and cleanup; and, if needed, remedial investigation and feasibility study (RI/FS) activities associated with HAZMAT response and cleanup activities for the Lower Colorado Basin to include the following BOR-LCBR area offices: Phoenix Area Office, Lower Colorado Dams Office, Yuma Area Office and the Lower Colorado Regional Office. Hazardous waste, nonhazardous waste, and universal waste disposal services include: lab packing, pickup, and transportation; disposal, labeling, and marking of containers; preparing waste profile analyses; preparing Land Disposal Restriction documentation; preparing Bills of Laden or Uniformed Hazardous; and providing Certificate of Disposal or Recycling and other documentation related to waste disposal services for LCB and the Lower Colorado Dams Office (LCDO), which includes Hoover, Davis, and Parker Dams, and the Boulder Canyon Operations Office (BCOO). OFFERS ARE DUE BY 5:00 PM PDT ON SEPTEMBER 6, 2024
CITE: https://sam.gov/opp/89ca813aa61b4047ac45f201d2cf5e81/view
Posted: August 8, 2024
SPONSOR: U.S. Department of the Interior Bureau of Reclamation, Lower Colorado Regional Office, Boulder City, NV

F -- MANSFIELD TRAIL SUPERFUND SITE OU2 (SOL)
SOL: W912DQ24R3100
DUE: September 9, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to conduct a remedial action of Operable Unit 2 at the Mansfield Trail Superfund Site (MTSS) in Byram Township, New Jersey. The site consists of former waste disposal trenches in an upland wooded area with associated groundwater and residual soil contamination. Groundwater contaminated with chlorinated volatile organic compounds (CVOCs), primarily trichloroethylene (TCE) and cis-1,2-dichloroethene (cis-1,2-DCE) from the former waste disposal trenches migrated to nearby residential potable wells. Residual soil contaminated with lead and polychlorinated biphenyls (PCBs) from the former waste disposal trenches, specifically the waste disposal trench referred to as Dump Area A, migrated to the backyards of two residential properties. The work will be conducted under an Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) with a capacity of $49M. The SATOC will provide the Government with continuity of personnel and institutional knowledge for developing a streamlined response and flexible vehicle for cost-effective soil and groundwater remediation. Work may require, but is not limited to, remedial actions, short-term operation and maintenance, reports, and any other actions necessary to implement the soils and groundwater remedies at the site. The remedial action work includes, but is not limited to, contaminated soil excavation and disposal, stormwater controls, soil vapor extraction, in-situ chemical oxidation/reduction injection, well installation, and monitoring well sampling. The Contractor shall perform all site-related work in compliance with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA). OFFERS ARE DUE BY 12:00 PM CDT ON SEPTEMBER 9, 2024.
CITE: https://sam.gov/opp/62863b2030174d29a5473ddd332305f1/view
Posted: August 9, 2024
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City, MO

F -- DFSP OZOL, CA O&M REMEDIATION SYSTEMS (SOL)
SOL: SPE60324R0504
DUE: September 20, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Defense Logistics Agency requires remediation, compliance, and facility maintenance services at Defense Fuel Support Point (DFSP) Ozol, which is located west of Martinez, California. Work will include: 1) project management; 2) site investigation, risk assessment, evaluation of remedial alternatives, and selection of remedial action; 3) environmental remediation systems Operation and Maintenance (O&M) at the site; 4) monitoring and reporting of site environmental conditions; 5) public involvement; 6) records and data management; 7) emergency response event evaluation; 8) environmental compliance support; and 9) environmental facility maintenance activities. The objective is to protect human health and the environment through the management, operation, maintenance, and monitoring of contaminant recovery systems and the environmental media (e.g. surface water, groundwater, soil, or air). OFFERS ARE DUE BY 4:00 PM EDT ON SEPTEMBER 20, 2024.
CITE: https://sam.gov/opp/9be81f4b115e4e7496fdc9e536c52430/view
Posted: August 6, 2024
SPONSOR: U.S. Department of Defense Logistics Agency, DLA Energy, Fort Belvoir, VA

F -- $249M IDIQ MATOC FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) - SMALL BUSINESS SET-ASIDE (PRESOL)
SOL: W9218F24R0012
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT AUGUST 21, 2024, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to provide services related to all requirements of the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the Clean Air Act, and other related Federal Programs in addition to State/Local specific regulations/ requirements. Remedial activities may address both regulated and non-regulated toxic substances. In addition, construction activities are included for some ERS task orders, where these requirements are in direct support of specific activities. The contract will include cost reimbursement and firm-fixed-price task orders for a wide range of environmental remediation services at various known or suspected Hazardous, Toxic, and Radioactive Waste (HTRW) or MMRP sites or Natural Resources areas. Project-specific task orders will be issued under the basic contract and any exercised option period thereto. The USACE Contracting Officer (KO) or Contracting Officer's Representative (COR) will provide the contractor with any site-specific information upon issuance of each task order. Project locations will include the U.S. Army Corps of Engineers Northwestern Division (NWD) Area of Responsibility (AOR) and its approved customers. However, contract capacity may be transferred with other USACE Districts where the principles of the ER-1-10 and Project Management Business Process have been met. Proposals are expected to be due on or about October 15, 2024, depending upon the actual issue date of the solicitation. This solicitation will have a target of eight (8) contract awards, however, the Source Selection Authority (SSA) may determine during the source selection process that fewer or more than that number should be awarded. And the SSA has the discretion of adjusting that number or awarding none at all. The estimated shared capacity of the MATOC is $249 million. Task orders awarded under this MATOC may be firm fixed price or cost-reimbursement. There is no solicitation at this time.be dependent on the current known status of the site. Each task order will define the performance requirements of the contractor.
CITE: https://sam.gov/opp/fa71f32332c1427485c8c7da3aa44914/view
Posted: August 6, 2024
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Omaha District, Omaha, NE