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 May 19-25, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between May 19-25, 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 -- RARITAN BAY SLAG SUPERFUND SITE, OPERABLE UNIT 1 (OU1) -- SEAWALL SECTOR, OLD BRIDGE TOWNSHIP AND SAYREVILLE, MIDDLESEX COUNTY, NEW JERSEY (SRCSGT)
SOL: W912DQ25SS3001
DUE: June 6, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING PURPOSES ONLY. The U.S. Army Corps of Engineers, Kansas City District, seeks responses from qualified firms interested in conducting soil and sediment remediation at the Raritan Bay Slag Superfund Site located in the Laurence Harbor section of Old Bridge in Sayreville, New Jersey. Remediation of the Superfund Site is being conducted in phases, with this work addressing the Seawall Sector (Areas 1, 2, 3, 4, and 5) and an upland portion of Margaret's Creek Sector (Area 9) that had not been remediated previously. Remediation involves excavation and removal slag, battery casings and associated waste (including miscellaneous demolition debris in the form of concrete and various bricks), and excavation and removal of soils and sediment above the lead remediation cleanup level of 400-mg/kg. The work will also require the design, installation, and removal of approximately 3,700 feet of sheet pile wall, dewatering to facilitate "in-dry" excavations, temporary water treatment system design, installation and start-up, backfill and grading, site restoration including coastal wetland restoration, and reconstruction of the seawall. The project will require coordination with multiple stakeholders, including Federal, State, and Local authorities such as USACE, U.S. Environmental Protection Agency, National Oceanic and Atmospheric Administration, New Jersey Department of Environmental Protection, County of Middlesex, Old Bridge Township, Sayreville Township, Old Bridge Municipal Utilities Authority, and adjacent landowners. RESPONSES ARE DUE BY 1:00 PM CDT ON JUNE 6, 2025.
CITE: https://sam.gov/opp/5a196d97a920401ab6e8a819f744f424/view
Posted: May 22, 2025
SPONSOR: U.S. Army Corps of Engineers (USACE), Kansas City District, Kansas City, MO

F -- 30 CES - B870 ASBESTOS / LEAD ABATEMENT (COMBINE)
SOL: FA461025Q0043
DUE: June 9, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Air Force requires a contractor to perform asbestos abatement and HEPA cleaning and disposal of asbestos-containing materials (ACM) found within Building 870 at Vandenberg Space Force Base in California. Class II non-friable ACM has been identified in 9" x 9" vinyl composition floor tiles with black mastic adhesive, covering approximately 2,016 square feet of the first-floor interior of Building 870. Additionally, approximately 2,500 square feet of lead-based, glazed green ceramic wall tiles with mastic adhesive are present in the building's warehouse storage area and back offices. The award will be a firm-fixed-price contract with a 60-day period of performance. OFFERS ARE DUE BY 1:00 PM PDT ON JUNE 9, 2025.
CITE: https://sam.gov/opp/815a4e45450e4013a426508ebeeaddfd/view
Posted: May 22, 2025
SPONSOR: U.S. Department of Air Force, FA4610 30 CONS PK, Vandenberg SFB, CA

F -- IDIQ- HAZARDOUS WASTE (SOL)
SOL: 140P8625Q0014
DUE: June 20, 2025
NAICS: 562211. THIS IS A TOTAL SMALL BUSINESS SET‐ASIDE. The National Park Service seeks a contractor to provide hazardous waste disposal and emergency response services at the Golden Gate National Recreation Area, San Francisco Maritime National Historical Park, Point Reyes National Seashore, John Muir National Historic Site, Rosie the Riveter/World War II Home Front National Historical Park, Eugene O'Neill National Historic Site, and Port Chicago Naval Magazine National Memorial. The hazardous waste generated by these parks includes, but is not limited to, universal waste, California hazardous waste, RCRA hazardous waste, biohazardous waste, treated wood waste, and other regulated hazardous and nonhazardous wastes. Every park is a small quantity generator under California laws and regulations and exempt under Federal laws and regulations. All park units are subject to hazardous materials release incidents involving both land‐based and marine/freshwater releases. Land‐based releases are much more common, however. Examples of past incidents requiring emergency response include but are not limited to: coastal wash-ups of hazardous materials, including unknowns, releases of petroleum hydrocarbons due to motor vehicle accidents, and releases of petroleum hydrocarbons into small creeks due to equipment failure. The award will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a one‐year period of performance with a possible extension for up to five years. OFFERS ARE DUE BY 2:00 PM ON JUNE 20, 2025.
CITE: https://sam.gov/opp/229cc179c30a459ba7a2c530e448debc/view
Posted: May 21, 2025
SPONSOR: U.S. Department of the Interior, National Park Service, San Francisco, CA

P -- P400--512A5-23-311 - DEMOLISH BUILDING 9H (SOL)
SOL: 36C24525B0005
DUE: July 10, 2025
NAICS: 238910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs is seeking a State of Maryland-licensed abatement contractor to perform hazardous materials abatement and complete demolition of Building 9H at the VA Medical Center in Perry Point, Maryland. A comprehensive hazmat survey and destructive testing conducted in November 2023 indicated that hazardous materials including Asbestos Containing Materials (ACMs), Lead-Based Paint (LBP), PCBs (caulk and ballasts), Mercury (fluorescent lamps), batteries or potential radioactive tritium sources (Exits Signs), and refrigerant (air-conditioning units) are present within Building 9H. Abatement activities shall be monitored by the third-party Industrial Hygienist (CIH) provided by the Contractor. The A/E will also engage a third-party VPIH on behalf of the VA facility, but it will not serve as a substitute for the contractor's own CIH. Required demolition activities include the entire demolition of Building H, the existing pedestrian tunnel connector located between Building 9H and Building 314C, and Building 344 (generator providing emergency power to Building 9H). Relocation of the central campus IRM Fiber-Optic Network Distribution Hub from Building 9H to Building 361 is also required. A "Notice to Proceed" (NTP) is planned to be issued roughly 30 days post-award. The contractor shall mobilize onsite and commence construction within 15 calendar days of the Notice to Proceed (NTP) issuance and shall complete all work, including project closeout, within 400 calendar days. OFFERS ARE DUE BY 2:00 PM ON JULY 10, 2025.
CITE: https://sam.gov/opp/874f55e59d0946a2a07905fef394b258/view
Posted: May 21, 2025
SPONSOR: U.S. Department of Veterans Affairs, 245-Network Contract Office 5, Linthicum, MD

F -- PRESOLICITATION NOTICE: ASBESTOS, MOLD AND LEAD ABATEMENT BPA AT ELLSWORTH AFB, SD (PRESOL)
SOL: FA469025Q0023
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MAY 27, 2025, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The 28th Contracting Squadron at Ellsworth AFB in South Dakota plans to issue a solicitation for asbestos, mold, and lead abatement services. The award will be one or more Blanket Purchase Agreements (BPA) with a five-year Period of Performance. The projected Period of Performance is currently July 1, 2025, through June 30, 2030. The actual Period of Performance will be finalized at the time of award. All questions and comments on this notice must be submitted in writing by 4:00 PM MDT on May 30, 2025. Questions will be answered only via posting of an amendment to the actual solicitation on www.sam.gov. There is no solicitation at this time.
CITE: https://sam.gov/opp/1295791caba241d9a42cd237754b9c2d/view
Posted: May 22, 2025
SPONSOR: U.S. Department of the Air Force, Air Force Global Strike Command, FA4690 28 CONS PKC, Ellsworth AFB, SD