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 June 17-23, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between June 17-23, 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 -- HI ANG HAZMAT REMEDIATION B3400 (SRCSGT)
SOL: W50SLF24X10JW
DUE: June 26, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of the Army, National Guard Bureau, seeks responses from interested Service-Disabled Veteran-Owned Small Business (SDVOSB) firms that are qualified to provide hazardous materials abatement and demolition activities in Building 3400 at Joint Base Pearl Harbor, including removing asbestos beneath floor tiles, lead-containing paint (LCP), and asbestos-containing material in walls. The contractor is responsible for demolishing walls in Room 1 to create doorways and removing sections of CMU suspected to contain LCP, as well as removing vinyl floor tiles and mastic in Room 2. Additionally, they are tasked with the abatement and disposal of hazardous materials, obtaining all necessary licenses, permits, approvals, and notifications, disposing of waste, and ensuring compliance with safety regulations and industry standards. The magnitude of this anticipated project is between $25,000 and $100,000. There is no solicitation at this time. RESPONSES INDICATING POSITIVE INTENT TO SUBMIT A PROPOSAL AS A PRIME CONTRACTOR ARE DUE BY 4:00 PM HST ON JUNE 26, 2024.
CITE: https://sam.gov/opp/10e493e2f92044a79266d18ed9784512/view
Posted: June 21, 2024
SPONSOR: U.S. Department of the Army, National Guard Bureau, Honolulu, HI

Z -- HOUSING UNITS 5851 & 5703 ABATEMENT- FCI FORT DIX (SRCSGT)
SOL: 15BFTD24PR000346
DUE: July 2, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Federal Bureau of Prisons seeks responses from interested small business firms that are qualified to provide asbestos abatement services at the Federal Correctional Institution (FCI Fort Dix), located in Fort Dix, New Jersey. The project consists of renovating Housing Units 5851 and 5703 at FCI Fort Dix, including abatement and selective demolition. This involves the removal of asbestos-containing floor tiles and silica-coated ceilings. The work encompasses selective demolition, abatement, and related tasks. The government anticipates awarding this work as a firm-fixed-price contract in the future There is no solicitation at this time. COMPLETED SOURCES SOUGHT QUESTIONNAIRE FORMS ARE DUE BY 4:00 PM EDT ON JULY 2, 2024.
CITE: https://sam.gov/opp/307000dd66e3440a8f5a6137fb5c6693/view
Posted: June 18, 2024
SPONSOR: U.S. Department of Justice, Federal Prison System, Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX

SOURCES SOUGHT FIRE RANGE CLEANING (SRCSGT)
SOL: FA460024RFI0001
DUE: July 2, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The 55th Security Forces Squadron at Offutt AFB in Nebraska seeks responses from interested firms that are qualified to provide routine cleaning and filter replacement services at its modular firing range in compliance with OSHA standards and Department of the Air Force Safety requirements. It is integral that the modular firing range always remains operational through regular maintenance to ensure mission and deployment readiness for units across the installation. There is no solicitation at this time. FIRMS INTERESTED IN BIDDING ON THIS FUTURE REQUIREMENT SHOULD CONTACT THE POC, CAPTAIN XIA.
CITE: https://sam.gov/opp/fa7aee519d74426b99ddb2e6c3f958fc/view
Posted: June 17, 2024
SPONSOR: U.S. Department of Air Force, Air Combat Command, 55 Contracting Squadron, Offutt AFB, NE

B -- PHASE I ENVIRONMENTAL SITE ASSESSMENT, MILAN, TN (COMBINE)
SOL: 12405B24Q0247
DUE: July 8, 2024
NAICS: 541620. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Agriculture's Crop Genetics Research Unit requires a contractor to perform a Phase I Environmental Site Assessment (ESA) on a 7.32-acre field known as N-14 at the North Tract of the University of Tennessee's Research and Education Center in Milan, Tennessee. The full range of environmental issues and liabilities associated with the center will be assessed, including those associated with the Comprehensive Environmental Response, Compensation and Liability Act and petroleum products. The Government intends to award a Firm-Fixed-Priced purchase order to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering experience and price. QUOTES ARE DUE BY 10:00 AM EDT ON JULY 8, 2024.
CITE: https://sam.gov/opp/48d4ac9f8895443597e95b94b89c2bf9/view
Posted: June 20, 2024
SPONSOR: U.S. Department of Agriculture, Agriculture Research Service, Southeast Area, Stoneville, MS

F -- SOURCES SOUGHT NOTICE - NO RESPONSE REQUIRED, INDICATE INTEREST ONLY (PFAS DRINKING WATER SAMPLING AND MITIGATION AND MISCELLANEOUS TASKS AT CENTRAL REGION AIR FORCE INSTALLATIONS) (SRCSGT)
SOL: FA890324R9001
DUE: July 8, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Air Force Installation Contracting Command seeks responses from interested firms that are qualified to provide time-sensitive actions for forty (40) United States Air Force (USAF) installations in its Central Region and the surrounding residential areas, which may be contaminated with per- and polyfluoroalkyl substances (PFAS). Contaminated drinking water mitigation will be achieved with various technologies such as municipal hot tap hookups, ion exchange resins, under-the-sink reverse osmosis (RO) units, or bottled water delivery. The overall performance objective of this project is to identify those private, off-base drinking water wells that exceed the new EPA published final ruling for selected PFAS Maximum Contaminant Levels (MCL) and prepare a cost-benefit analysis to determine if the best option based on cost and technical viability is to provide a connection to municipal water or to install a filter system. This work will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), with regulatory coordination, as appropriate, with the applicable State regulatory agency and the United States Environmental Protection Agency (EPA) region. The overall performance objective is to mitigate the drinking water for impacted private properties to achieve the MCL of below 4 nanograms per liter (ng/L) for PFOA and PFOS, below 10 ng/L for perfluorohexanesulfonic acid (PFHxS), perfluoronoanoic acid (PFNA), and hexafluoropropylene oxide dimer acid (HFPO-DA) (commonly known as GenX) or below the Hazard Quotient of 1.0 for a mixture of two or more of PFHxS, PFNA, HFPO-DA, and perfluorobutanesulfonic acid (PFBS). Specific tasks include developing a cost-benefit analysis for wells historically reported above MCLs, resampling wells, and sampling of wells not previously sampled. There is no solicitation at this time. RESPONSES ARE DUE BY 2:00 PM CDT ON JULY 8, 2024.
CITE: https://sam.gov/opp/3395d7fc7210476d9954bfa8733fd37a/view
Posted: June 20, 2024
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Installation and Mission Support Center, JBSA Lackland, TX

F -- SOURCES SOUGHT NOTICE - NO RESPONSE REQUIRED, INDICATE INTEREST ONLY (PFAS DRINKING WATER SAMPLING AND MITIGATION AND MISCELLANEOUS TASKS AT EAST REGION AIR FORCE INSTALLATIONS) (SRCSGT)
SOL: FA890324R9002
DUE: July 8, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Air Force Installation Contracting Command seeks responses from interested firms that are qualified to provide time-sensitive actions for thirty (30) United States Air Force (USAF) installations in its East Region and the surrounding residential areas, which may be contaminated with per- and polyfluoroalkyl substances (PFAS). Contaminated drinking water mitigation will be achieved with various technologies such as municipal hot tap hookups, ion exchange resins, under-the-sink reverse osmosis (RO) units, or bottled water delivery. The overall performance objective of this project is to identify those private, off-base drinking water wells that exceed the new EPA published final ruling for selected PFAS Maximum Contaminant Levels (MCL) and prepare a cost-benefit analysis to determine if the best option based on cost and technical viability is to provide a connection to municipal water or to install a filter system. This work will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), with regulatory coordination, as appropriate, with the applicable State regulatory agency and the United States Environmental Protection Agency (EPA) region. The overall performance objective is to mitigate the drinking water for impacted private properties to achieve the MCL of below 4 nanograms per liter (ng/L) for PFOA and PFOS, below 10 ng/L for perfluorohexanesulfonic acid (PFHxS), perfluoronoanoic acid (PFNA), and hexafluoropropylene oxide dimer acid (HFPO-DA) (commonly known as GenX) or below the Hazard Quotient of 1.0 for a mixture of two or more of PFHxS, PFNA, HFPO-DA, and perfluorobutanesulfonic acid (PFBS). There is no solicitation at this time. Specific tasks include developing a cost-benefit analysis for wells historically reported above MCLs, resampling wells, and sampling of wells not previously sampled. There is no solicitation at this time. RESPONSES ARE DUE BY 2:00 PM CDT ON JULY 8, 2024.
CITE: https://sam.gov/opp/8b59b70842a04f529a1bb48e3878027d/view
Posted: June 20, 2024
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Installation and Mission Support Center, JBSA Lackland, TX

F -- SOURCES SOUGHT NOTICE - NO RESPONSE REQUIRED, INDICATE INTEREST ONLY (PFAS DRINKING WATER SAMPLING AND MITIGATION AND MISCELLANEOUS TASKS AT WEST REGION AIR FORCE INSTALLATIONS) (SRCSGT)
SOL: FA890324R9003
DUE: July 8, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Air Force Installation Contracting Command seeks responses from interested firms that are qualified to provide time-sensitive actions for thirty (30) United States Air Force (USAF) installations in its West Region and the surrounding residential areas, which may be contaminated with per- and polyfluoroalkyl substances (PFAS). Contaminated drinking water mitigation will be achieved with various technologies such as municipal hot tap hookups, ion exchange resins, under-the-sink reverse osmosis (RO) units, or bottled water delivery. The overall performance objective of this project is to identify those private, off-base drinking water wells that exceed the new EPA published final ruling for selected PFAS Maximum Contaminant Levels (MCL) and prepare a cost-benefit analysis to determine if the best option based on cost and technical viability is to provide a connection to municipal water or to install a filter system. This work will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), with regulatory coordination, as appropriate, with the applicable State regulatory agency and the United States Environmental Protection Agency (EPA) region. The overall performance objective is to mitigate the drinking water for impacted private properties to achieve the MCL of below 4 nanograms per liter (ng/L) for PFOA and PFOS, below 10 ng/L for perfluorohexanesulfonic acid (PFHxS), perfluoronoanoic acid (PFNA), and hexafluoropropylene oxide dimer acid (HFPO-DA) (commonly known as GenX) or below the Hazard Quotient of 1.0 for a mixture of two or more of PFHxS, PFNA, HFPO-DA, and perfluorobutanesulfonic acid (PFBS). There is no solicitation at this time. Specific tasks include developing a cost-benefit analysis for wells historically reported above MCLs, resampling wells, and sampling of wells not previously sampled. There is no solicitation at this time. RESPONSES ARE DUE BY 2:00 PM CDT ON JULY 8, 2024.
CITE: https://sam.gov/opp/7202fbfb463747e2a0bfc2d38a292e82/view
Posted: June 20, 2024
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Installation and Mission Support Center, JBSA Lackland, TX

F -- EMERGENCY SPILL RESPONSE (COMBINE)
SOL: W911KF24Q0041
DUE: July 8, 2024
NAICS: 562112. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. Anniston Army Depot in Anniston, Alabama, seeks a contractor that can respond to hazardous material and waste spills and/or releases on the Anniston Army Depot (ANAD) on an as-needed basis. The spill/release can vary from petroleum products to a variety of acids and bases. The contractor shall provide the described services 24 hours per day/7 days per week. In the event ANAD personnel are onsite, the contractor will augment ANAD personnel and equipment. Regardless of the time, nature, or quantity of the spill/release, the contractor shall respond with personnel who are knowledgeable and capable of any means necessary to mitigate the spill/release. This would include wearing Personal Protective Equipment (PPE). It would also include mitigation of drain lines and waterways should the release progress to Waters of the State. The spill/release may occur indoors or outdoors. Cleanup of the spill/release will be 100% and will only be approved as complete by ANAD Environmental personnel. Once the contract is awarded the contractor shall immediately complete the necessary paperwork and requirements to obtain badges for access to ANAD to not incur any delays upon arrival. At a minimum, each employee performing spill cleanup will have taken 40-hour HAZWOPER training. Certificates for the personnel who will be performing the cleanup must be available for review by the COR. Questions concerning this solicitation are due by 10:00 AM CDT on June 28, 2024. OFFERS ARE DUE BY 10:00 AM CDT ON JULY 8, 2024.
CITE: https://sam.gov/opp/1ceadd4e47b2479aba3bca98e223eaea/view
Posted: June 17, 2024
SPONSOR: U.S. Department of the Army, Army Materiel Command, Anniston Army Depot, Anniston, AL

F -- EGLIN AFB - EMERGENCY RESPONSE SERVICES (COMBINE)
SOL: FA282324Q0039
DUE: July 9, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Air Force Test Center, Installation Operational Contracting Division, intends to solicit and award a firm-fixed-price (FFP) contract for Oil Spill Response Organization Contractual (OSRO) Services and emergency response services at Eglin AFB in Florida including, but not limited to, the 724 Square Miles of Eglin Reservation. The objective of this contract is to provide routine and timely responses to emergency situations requiring environmental spill response and remediation services or a compliance-driven requirement, beyond the capabilities of the 96 Civil Engineer Group, Environmental Management, or Eglin AFB and to ensure compliance with all local, state, and federal regulatory agencies. All response actions and services performed under this contract shall ensure compliance with all federal, state, local, Air Force, and Eglin AFB laws, regulations, and policies. This contract will have a one-year base ordering period with four one-year option periods. OFFERS ARE DUE BY 11:30 AM CDT ON JULY 9, 2024.
CITE: https://sam.gov/opp/442ef0f08b364794bf039a512794d6f7/view
Posted: June 21, 2024
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Air Force Test Center, Eglin AFB, FL

ASBESTOS ABATEMENT (SOL)
SOL: 15B40824Q00000001
DUE: July 12, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Justice, Federal Prison System, requires a contractor to remove approximately 5,725 square feet of asbestos-containing floor tile and adhesive from the second floor of Building 62 at the U.S. Armed Forces Reserve Complex in Grand Prairie, TX. The Government intends to award a contract to the lowest price, technically acceptable contractor, in accordance with FAR 52.212-1(g). The contractor will be expected to complete work within 14 calendar days after receiving the Notice to Proceed. QUOTES ARE DUE BY 2:00 PM CDT ON JULY 12, 2024.
CITE: https://sam.gov/opp/e25b04f5058d4b3cafb5f53d4aa2271d/view
Posted: June 20, 2024
SPONSOR: U.S. Department of Justice, Federal Prison System, Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX

A -- STREAMS V - RECOMPETE OF ORD IDIQ CONTRACT (SRCSGT)
SOL: 68HERC24R0226
DUE: July 12, 2024
NAICS: 541715. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Environmental Protection Agency seeks capability packages from interested small business firms that are qualified to provide support for the development and evaluation of technologies, processes, and tools to prevent or reduce pollution of air, land, and water, and to restore ecosystems. This anticipated contract will be managed by the Contracts Branch in the Office of Administration and Research Support Extramural Management Division of the Office of Research and Development (ORD), however, contract support will be available to all ORD laboratories, Centers, and offices as well as other USEPA organizations that conduct research projects that could be supported under the scope of the Performance Work Statement (PWS). Specific areas to be addressed in capability packages submitted by respondents are as follows: 1) research work- involving developing and/or evaluating technical concepts, process options, and prototype systems in a research framework that permits and encourages changes in direction and mid-course corrections as needed and warranted and a broad range of process development efforts such as proof-of-concept, laboratory-scale, and bench-scale experiments; 2) treatability studies and pilot-scale investigations; 3) field support (examples - risk assessments, permit reviews, site characterization, site preparation); 4) development and/or evaluation of computer-oriented tools, approaches, and technologies such as software, models, and decision-support tools; 5) technical support to various programs including the U.S. EPA Superfund Program, the Resource Conservation and Recovery Act (RCRA) Program, the Per- and Polyfluoroalkyl Substance (PFAS) Program, and the Office of Water; and support in the area of analytical chemistry. It is anticipated that the contract for this work will be a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) type contract, with individual Task Orders issued on either a Firm-Fixed-Price (FFP) or Cost-Plus-Fixed-Fee (CPFF) basis. The contract start date is anticipated to be May 1, 2025, and will contain a single, seven-year ordering period. Approximately 91,000 hours are anticipated for each of the seven ordering years, resulting in a total of 637,000 hours. There is no solicitation at this time. CAPABILITY PACKAGES ARE DUE BY 4:30 PM EDT ON JULY 12, 2024.
CITE: https://sam.gov/opp/5edf8c00a9ad4d999c38c431010df9d8/view
Posted: June 17, 2024
SPONSOR: U.S. Environmental Protection Agency, Cincinnati Acquisition Division, Cincinnati, OH

C -- SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR HAZARDOUS, TOXIC, AND RADIOLOGICAL WASTE (HTRW) ARCHITECT-ENGINEER (AE) SERVICES WITHIN NORTHWESTERN DIVISION KANSAS CITY DISTRICT (SOL)
SOL: W912DQ24R3019
DUE: July 22, 2024
NAICS: 541330. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to perform work on Hazardous, Toxic, and Radiological Waste (HTRW)/environmental sites in its Northwestern Division Districts (including the Kansas City, Omaha, and Seattle Districts) with the potential for work also to be performed within EPA Region 2 boundaries (including New York, New Jersey, Puerto Rico, and the US Virgin Islands). Selected firms will work on a variety of projects that may include: the provision of advice (including wetlands determination and mitigation studies); preparation of remedial investigations and feasibility studies (including site investigations, subsurface exploration, chemical sampling, testing and analyses, feasibility studies, groundwater, and other modeling, contaminant fate and transport analysis); preparation of preliminary and final plans and designs (including HTRW remedial designs, preparation of plans and specifications); provision of technical services during the construction or installation phase (including construction-phase services (engineering design during construction, checking shop drawings)); inspection and evaluation of engineering project (including cost estimating, value engineering screenings and studies, field inspections, verification of existing conditions, pilot studies, surveying and mapping, and evaluations of green technologies and energy conservation measures); and related services (including Five-Year Reviews, hazard evaluations, archaeological investigations and mitigation, stormwater design, drainage studies, community relations, oversight of others, and other engineering studies and reports). The award will be Multiple Award Task Order Contracts with periods of performance that include a base period of five years. OFFERS ARE DUE BY 2:00 PM CDT ON JULY 22, 2024.
CITE: https://sam.gov/opp/56dc0376bf1d4bab9b3cff9d01333e28/view
Posted: June 17, 2024
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City, MO

R -- SYNOPSIS: SOLICTIATION NOTICE, START V (SOL)
SOL: 68HE0523R0059
DUE: July 23, 2024
NAICS: 541620. THIS IS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency, Region 5, seeks a contractor to support its Superfund Technical Assessment Response Team (START). The purpose of the Superfund Technical Assessment and Response Team (START) contract is to provide nationally consistent technical assistance services to Environmental Protection Agency (EPA) On-Scene Coordinators (OSCs) and other federal officials implementing EPA's responsibilities under the National Oil and Hazardous Substances Pollution Contingency Plan (NCP). Additionally, the contractor provides technical assistance services to other programs including site assessment and the brownfields program, and remedial support activities. These services primarily support the States of Illinois, Indiana, Michigan, Minnesota, Ohio, and Wisconsin. Work includes Response Activities in the areas of Emergency Response, Counter-Terrorism Response, Oil Spill Response, Fund-Lead Removal, Potentially Responsible Party Responses, and Minor Containment Response; Preparedness and Prevention Activities to communities with facilities that produce, store, process, refine, handle, transfer, distribute, or consume oil and/or hazardous materials; Assessment/Inspection Activities to identify the priority sites posing threats to human health or the environment; Technical Support Activities to include the gathering and analysis of technical information and related data, the preparation of draft technical reports and related materials on oil and hazardous substance investigation, assessment cleanup, disposal technologies, process activities, operations, problems, and trends; Data Management and Mapping Support; and Training. OFFERS ARE DUE BY 2:00 PM CDT ON JULY 23, 2024.
CITE: https://sam.gov/opp/6dd71371de924e4bb0ddf8a764923338/view
Posted: June 17, 2024
SPONSOR: U.S. Environmental Protection Agency, Region 5 Contracting Office, Chicago, IL

F -- BRAC PFAS REMEDIATION INVESTIGATIONS/FEASIBILITY STUDIES AT FOUR INSTALLATIONS (SOL)
SOL: W912DR24R0021
DUE: July 25, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers Baltimore District requires a contractor to perform per- and polyfluoroalkyl substances (PFAS) remedial investigations and related environmental services at four Base Realignment and Closure (BRAC) sites nationwide. Optional Water Supply Time Critical Removal Action (TCRA) (i.e., communications, residential well sampling, bottled water delivery, and Point of Exposure Treatment [POET] system installation and maintenance activities) and Non-Time Critical Removal Actions (NTCRA) will be exercised as needed. This work will be awarded as a firm-fixed-price performance-based contract. The period of performance shall not exceed the seven-year period from the date of award. OFFERS ARE DUE BY 1:00 PM EDT ON JULY 25, 2024.
CITE: https://sam.gov/opp/e6ad8486cd624d40a70ee9dc2c553129/view
Posted: June 21, 2024
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Baltimore, MD

F -- ENVIRONMENTAL SUPPORT SERVICES (ESS) MATOC (SOL)
SOL: W911KB24R0033
DUE: July 31, 2024
NAICS: 541620. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires services to execute projects under its Environmental Quality (EQ) Program, including environmental conservation, environmental compliance, pollution prevention, and environmental operations and maintenance activities at sites located primarily throughout Alaska. Requirements will be carried out as specified in individual task orders at sites within the U.S. Army Corps of Engineers (USACE) Pacific Ocean Division (POD) Area of Responsibility (AOR), which includes but is not limited to Hawaii, Japan, Korea, Guam, Wake Island, and the Northern Marianas Islands. Work performed outside the borders of the United States and its territories will comply with the status of forces agreement between the host nation and the government of the United States of America. The award will be a Multiple Award Task Order Contract (MATOC) of Indefinite Delivery/Indefinite Quantity (IDIQ) with one five-year base period. OFFERS ARE DUE BY 2:00 PM AKDT ON JULY 31, 2024.
CITE: https://sam.gov/opp/465c306290e94533b761460fff97e3fe/view
Posted: June 21, 2024
SPONSOR: U.S. Army Corps of Engineers, Pacific Ocean Division, Alaska District, Anchorage, AK

C -- SITE CS001 REMEDY AND REMEDIAL PROCESS OPTIMIZATION (RPO) IMPLEMENTATION AT FORMER GALENA FORWARD OPERATING LOCATION (FOL), GALENA, ALASKA (SRCSGT)
SOL: GalenaRPOCS001
NAICS: 541330. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of the Air Force seeks responses from interested firms that are qualified to provide the full range of environmental, construction, and optimization services necessary to conduct site restoration including maintenance of established remedies, implementation of optimization, and remediation activities to achieve performance objectives at the former Galena Forward Operating Location (FOL) located in a remote area in the western portion of interior Alaska. The anticipated contract includes the implementation of the remedy at CS001 in FY25 in accordance with the Record of Decision (ROD). The performance objective for CS001 is to successfully implement the remedy and demonstrate it is performing as designed. The Government intends to award a Firm-Fixed-Price task order to the most highly qualified 8(A) A&E firm for the Other A-E Services project at FOL in accordance with the Statement of Work. There is no solicitation at this time. CAPABILITY STATEMENTS ARE DUE BY 2:00 PM CDT ON JULY 5, 2024.
CITE: https://sam.gov/opp/121998c1bd634a3ea35c50b5a3b26d7c/view
Posted: June 21, 2024
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Installation and Mission Support Center, JBSA Lackland, TX