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 August 18-24, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between August 18-24, 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 -- ROUGH ROCK SHEEP DIP VAT REMEDIATION (SOL)
SOL: 140A0925Q0032
DUE: September 2, 2025
NAICS: 562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE. The Bureau of Indian Affairs Navajo Regional Office's Branch of Environmental Management is seeking an environmental contractor to conduct the remediation and restoration of the former Rough Rock Sheep Dip Vat (SDV). The project shall be conducted in two phases. Phase 1 shall require site investigation surrounding the sheep dip vat area to determine the horizontal and vertical extent of toxaphene contamination to soil and water. The investigation will determine the remediation of the site or if the site requires no further action. Phase 2 shall require the demolition and removal of all structures and remnants associated with the SDV, an excavation and disposal of all contaminated soils surrounding the dip vat area, the discharge pit area, and any identified drainage area. Highly disturbed areas shall be backfilled with clean fill and reseeded with natural vegetation. The award will be a firm-fixed-price contract with a 120-day period of performance from issuance of the Notice to Proceed. OFFERS ARE DUE BY 2:00 PM MDT ON SEPTEMBER 2, 2025.
CITE: https://sam.gov/opp/1b7b1eb39c104aa09375a8006c028f52/view
Posted: August 18, 2025
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM

P -- DEMOLISH AND REMOVE CABINS AND RAILERS - LAKE MEAD (COMBINE)
SOL: 140P8125Q0066
DUE: September 10, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Park Service requires a contractor to demolish and recycle/dispose of five cabins and recycle/dispose of three mobile homes. Work includes, but is not limited to, abating asbestos-containing materials (ACM) and/or regulated asbestos-containing material (RACM); demolishing and recycling/disposing of other miscellaneous structures and equipment (i.e., HVAC units, pump houses, sheds, water tanks, propane tanks, etc.); disconnecting and capping water and sewer; coordinating with the applicable electrical company to disconnect electrical services; recycling/disposing of miscellaneous personal property (i.e., appliances, furniture, clothing, household goods, etc.). Work also includes recontouring sites to match existing topography as closely as possible and decompacting/loosening/scarifying the site to promote vegetation growth. Lastly, work includes associated civil, mechanical, and electrical materials, labor, and equipment. The government intends to award a single firm-fixed-price contract with a 240-day period of performance after issuance of the Notice to Proceed. OFFERS ARE DUE BY 5:00 PM PDT ON SEPTEMBER 10, 2025.
CITE: https://sam.gov/opp/7e42969c0def455fb2d09f9861eaaa9f/view
Posted: August 20, 2025
SPONSOR: U.S. Department of the Interior, National Park Service, PWR Lame (81000), Boulder City, NV

F -- F108--REMOVE ASBESTOS IN BUILDING 1 (SOL)
SOL: 36C24225R0097
DUE: September 11, 2025
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JULY 8, 2025, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to remove asbestos-containing materials from Building 1 at the VA New Jersey Healthcare System's East Orange Campus at 385 Tremont Avenue in East Orange, New Jersey. The contractor is required to conduct a walkthrough of the designated locations to verify existing conditions and provide complete construction services. A detailed work schedule must be submitted, outlining project phases, locations, and timelines, and coordination with the Contracting Officer's Representative (COR) and affected services is required. Additionally, the contractor must hold a license with the New Jersey Department of Labor and Workforce Development and provide proof of licensing for asbestos abatement work in the state. The anticipated period of performance is expected to be 90 calendar days after award. There is no solicitation at this time.
CITE: https://sam.gov/opp/551a64ccf69043608a6c2f0032286fa8/view
Posted: August 20, 2025
SPONSOR: U.S. Department of Veterans Affairs, 242-Network Contract Office 02, Albany, NY

F -- ABATEMENT (SOL)
SOL: W911KF25QA012
DUE: September 18, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Army Materiel Command at Anniston Army Depot (ANAD) requires a contractor to test, sample, and/or abate asbestos or lead-based paint using a "Fast Track" method on an as-needed basis, as the timeliness of these services directly impacts the installation's production schedule. Services must begin within 24 hours of ANAD's initial notification, and within 72 hours of the initial response, the Contractor shall submit a Work Plan for approval by the Contracting Officer's Representative (COR). The Work Plan shall, at a minimum, include testing and sampling procedures; drawings, sketches, floor plans, and maps; work location(s); records of communication with ANAD and other agencies; methods of sampling and abatement; safety and health plans; estimated completion time; estimated waste quantities for disposal; cost estimate; and a final report at project completion, as well as the order in which the work will be performed. The Contractor may not begin work until ANAD approves the Work Plan, after which all work must be performed continuously, without delay or interruption, until the abatement process is complete. Unless otherwise agreed to in the approved Work Plan, all work shall be completed within ten (10) working days, in compliance with all applicable Federal, State, and local regulatory requirements, including all relevant safety and environmental standards. The award will be a firm-fixed-price contract with a Base Year and one Option Year. OFFERS ARE DUE BY 11:00 AM CDT ON SEPTEMBER 18, 2025.
CITE: https://sam.gov/opp/1ac649df052c45769ab7c775bad95d75/view
Posted: August 20, 2025
SPONSOR: U.S. Department of the Army Materiel Command, Anniston Depot Property Division, Anniston, AL

F -- REMOVAL AND DISPOSAL OF PFAS/PFOA COMPROMISED SOIL (SOL)
SOL: W50S9F25Q0004
DUE: September 19, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The 115th Fighter Wing at Dane County Regional Airport--Truax Field in Madison, Wisconsin, requires a contractor to remove and dispose of PFAS/PFOA-compromised soil in accordance with laws and regulations. There is a single soil pile that is estimated at 13,200 cubic yards of material and an estimated 19,600 tons. The work includes sample collection and analysis to characterize the extent of soil contamination. Sample results will be used to determine the appropriate method of disposal (hazardous vs. non-hazardous) or treatment for these soils. Using sample results, the contractor will load, transport, and dispose of the soil at an EPA-approved disposal facility, to be identified and coordinated by the contractor, in accordance with all federal, state, and local requirements. The award will be a firm-fixed-price contract with a Period of Performance of one 180-day Base Period, followed by six option periods: three for compromised waste disposal and three for non-compromised waste disposal. Each option period will have a 180-day Period of Performance. The exercise of each option is dependent upon available funding. OFFERS ARE DUE BY 2:00 PM CDT ON SEPTEMBER 19, 2025.
CITE: https://sam.gov/opp/331ddfaa86554d64ab4c474dd05c7d44/view
Posted: August 20, 2025
SPONSOR: U.S. Department of the Army, National Guard Bureau, USPFO Activity WIANG 115, Madison, WI

Z -- BLUE MARSH DAM AND BELTZVILLE DAM LEAD PAINT ABATEMENT (SOL)
SOL: W912BU25BA014
DUE: September 19, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers seeks a contractor to remove all lead-based paint and repaint piping, equipment, and structural elements at the Beltzville Dam in Lehighton, Pennsylvania, and the Blue Marsh Dam on Tulpehocken Creek in Leesport, Pennsylvania. At Beltzville Dam, the work includes removing lead-based paint and repainting the elevator shaft framing surrounding the elevator exterior -- covering anchor plates, bolts, connection elements, bents, and supports -- as well as the water supply line valve and access hatch. At Blue Marsh Dam, the contractor will remove lead-based paint and repaint the service bridge, including the exterior and interior faces of the webs, top and bottom flanges of the girders, stiffener angles, cross frame members, fuel tank and supports, access hatches, bolts, bearing pads, joint plates, utility conduits, and hangers. All onsite work will involve monitoring for hazardous materials, specifically lead, and all hazardous waste generated will be handled, transported, and disposed of in compliance with applicable USACE standards. An organized site visit has been scheduled for August 28, 2025, at 9:00 AM. Participants will meet at Blue Marsh Lake IN Leesport, Pennsylvania. The award will be a firm-fixed-price construction contract with a 180-day period of performance. OFFERS ARE DUE BY 2:00 PM CDT ON SEPTEMBER 19, 2025.
CITE: https://sam.gov/opp/028423887b604024ad82873a74967be7/view
Posted: August 19, 2025
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Philadelphia District, Philadelphia, PA

F -- FORMOSA MINE SUPERFUND SITE, OPERABLE UNIT 1 (OU1) REMEDIAL ACTION PROJECT, RIDDLE, OREGON (PRESOL)
SOL: W912DW25R0008
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT SEPTEMBER 2, 2025, IT WILL BE COMPETED AS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers (USACE), Seattle District, is seeking a contractor for the Formosa Mine Remedial Action Capping Project in Riddle, Oregon. The project scope of work consists of activities necessary to implement primarily the earthwork-related requirements of the EPA's Record of Decision for the Formosa Mine Superfund Site Operable Unit (OU) 1. OU1 includes all surface and subsurface mine materials deposited outside of the underground mine workings and considered "source materials" for the Site. These include materials excavated during construction and operation of the mine, such as waste rock, ore, tailings, construction rock, road surfaces, and contaminated soils. The objectives of the OU1 remedial action are to remove, consolidate, and restrict or minimize the interaction of contaminant source materials with precipitation, surface water runoff, and groundwater. The remedial approach focuses on preventing direct exposure to mine waste with elevated metal concentrations and reducing acid rock drainage (ARD) generation, thereby reducing impacts on groundwater and surface water. The remedial action includes OU1 mine materials at the encapsulation mound (EM); former ore storage/million-gallon storage tank area; the Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRDs); and roads containing mine materials adjacent to these areas. The specific project scope of work includes the following actions: stabilizing the steep encapsulation mound (EM) slopes with gabion walls; development of a clean materials borrow area and non-primary mine disturbance area (PDMA) mine material repository; grading and consolidation of mine materials in the non-PMDA mine material repository; impermeable cover construction on the EM, former ore storage/million-gallon storage tank, and non-PMDA mine material repository; grading, amendment and revegetation of mine materials at the area southwest of the EM, and Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRD)s; and excavation of mine materials from roads, reconstruction of roads within the project limits, and construction of a steep slope northwest (NW) access road for gabion wall placement. The proposed project award will be a firm-fixed-price contract and is predominantly construction (at least 51%). The magnitude is estimated to be in the range of $25,000,000 and $100,000,000. 100 percent payment and performance bonds will be required. There is no solicitation at this time.
CITE: https://sam.gov/opp/5b8582e7d8f14db280bda8d1bb4762ae/view
Posted: August 19, 2025
SPONSOR: U.S. Army Corps of Engineers, Northwestern Engineer Division, Seattle, WA

A -- STRATEGIC ENVIRONMENTAL RESEARCH AND DEVELOPMENT PROGRAM (SERDP) - OPEN TOPICS BROAD AGENCY ANNOUNCEMENT (BAA) (PRESOL)
SOL: W912HQ25S0004
NAICS: 541715. The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) Office is interested in receiving white papers for research focusing in the areas of Environmental Restoration, Munitions Response, Resource Conservation and Resilience, and Weapons Systems and Platforms technologies. This notice constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this announcement declares DoD SERDP's intent to competitively fund research and development for environmental research that addresses the topic areas set forth in the Announcement. SERDP supports environmental research relevant to the management and mission of the DoD and supports efforts that lead to the development and application of innovative environmental technologies or methods that improve the environmental performance of DoD by improving outcomes, managing environmental risks, and/or reducing costs or time required to resolve environmental or resilience problems. The Program Announcement and complete submittal instructions are found on the DoD SERDP website at https://serdp-estcp.mil/workwithus. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the proposer to ensure the white paper is properly received by SERDP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. TO BE ELIGIBLE FOR CONSIDERATION, READERS WISHING TO RESPOND TO THIS ANNOUNCEMENT MUST SUBMIT A WHITE PAPER IN ACCORDANCE WITH ALL INSTRUCTIONS ON THE SERDP WEBSITE. THIS SOLICITATION WILL REMAIN OPEN FOR ONE (1) YEAR FROM THE DATE OF PUBLICATION, OR UNTIL REPLACED BY A SUCCESSOR BAA, WHICHEVER COMES FIRST. NO FAXED OR HARD COPY SUBMISSIONS WILL BE ACCEPTED.
CITE: https://sam.gov/workspace/contract/opp/6bbc4b18665c4f2fb8bbf9d303b83836/view
Posted: August 22, 2025
SPONSOR: U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Alexandria, VA

A -- ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) - ENVIRONMENTAL TECHNOLOGY DEMONSTRATIONS (PRESOL)
SOL: W912HQ25S0005
NAICS: 541715. The Environmental Security Technology Certification Program (ESTCP) is the Department of Defense's (DoD) demonstration and validation program for environmental and installation energy technologies. The ESTCP Office is interested in receiving white papers for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding. The Program Announcement and complete submittal instructions are found at https://serdpestcp. mil/workwithus. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit technology demonstrations for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by ESTCP, each of the white paper submitters will be notified as to whether ESTCP requests or does not request the submission of a full proposal. As noted in the instructions located on the ESTCP website, evaluation criteria for white papers are Technical Merit and ESTCP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers that will be received, the Government will not provide debriefs to those who are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award. Evaluation criteria for full proposals will include Cost/Benefit of Technology, Transition Potential, and Cost of Proposal in addition to the criteria above. ESTCP may make multiple awards up to a collectively shared maximum value of $10,000,000.00 under this BAA. TO BE ELIGIBLE FOR CONSIDERATION, PARTIES WISHING TO RESPOND TO THIS ANNOUNCEMENT MUST SUBMIT A WHITE PAPER IN ACCORDANCE WITH THE INSTRUCTIONS ON THE WEBSITE. THIS SOLICITATION WILL REMAIN OPEN FOR APPROXIMATELY ONE (1) YEAR FROM THE DATE OF PUBLICATION, OR UNTIL REPLACED BY A SUCCESSOR BAA. NO FAXED OR HARD COPY SUBMISSIONS WILL BE ACCEPTED.
CITE: https://sam.gov/workspace/contract/opp/b65a7529a7f0465a9c20c5bd92cd7846/view
Posted: August 22, 2025
SPONSOR: U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Alexandria, VA