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 April 15-21, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between April 15-21, 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).

A -- QUARTERS "A" ASBESTOS ABATEMENT IN CEILING (COMBINE)
SOL: 37250PR240000139
DUE: April 24, 2024
NAICS: 562910. THIS IS AN 8(A) SET-ASIDE. The U.S. Coast Guard (USCG) requires a contractor to perform asbestos abatement and interior finishing repairs at Quarters "A" at the USCG Point Loma Housing site in San Diego, California. Work requires the replacement of 250-square-foot of asbestos-containing material (ACM) with new drywall. It is recommended that bidders carefully inspect the site prior to award to ensure compliance with job requirements and to prevent damage or harm to personnel, equipment and property while completing the job. All work shall be done by a licensed contractor/laborer with at least two years minimum experience in ACM abatement and removal in California. OFFERS ARE DUE BY 4:30 PM PDT ON APRIL 24, 2024.
CITE: https://sam.gov/opp/c5515d335b7f4db3b84ca143d3ac3eaf/view
Posted: April 17, 2024
SPONSOR: U.S. Department of Homeland Security, U.S. Coast Guard, 11th Coast Guard District Office, Alameda, CA

F -- R10 UPPER COLUMBIA RIVER SAMPLING AND REMOVAL TECH (SOL)
SOL: 68HE0724R0014
DUE: May 3, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency is seeking the services of an experienced firm to provide sampling and removal action support within the Upper Columbia River (UCR) site in the northeastern corner of Washington State. Support will focus on upland contaminated properties and lakes/wetlands affected by heavy metals contamination. Work includes the sampling of residential properties, conducting a removal assessment and prioritization of properties for cleanup, and completing removal actions at prioritized residential properties. In addition to sampling residential properties, the contractor will also work with EPA to conduct sampling at potentially affected upland lakes/wetlands. The objective of this contract is to reduce the human health risk of exposure to lead and arsenic by removing contaminated soils from the assigned properties within the greater Northport Area and to provide necessary sampling support at the Upper Columbia River Site as needed. To achieve this, work includes: 1) an additional round of voluntary soil sampling at properties that have not been previously sampled; 2) complete a removal assessment and prioritization of properties for cleanup using data obtained during the current and previous sampling events; and 3) conduct time-critical removal actions (TCRA) at the properties identified for cleanup. OFFERS ARE DUE BY 1:00 PM CDT ON MAY 3, 2024.
CITE: https://sam.gov/opp/4cdf33067ccd40749fcbc21fb0024445/view
Posted: April 15, 2024
SPONSOR: U.S. Environmental Protection Agency, Region 7, Lenexa, KS

F -- ASBESTOS ABATEMENT - B1411 BARBERSHOP (SOL)
SOL: FA480324QB069
DUE: May 9, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force requires a contractor to perform abatement of 721 square feet of floor tile and mastic at the B-1411 Barber Shop on Shaw Air Force Base in South Carolina. The award will be a firm-fixed-price contract with a period of performance of 14 calendar days. OFFERS ARE DUE BY 10:00 AM EDT ON MAY 9, 2024.
CITE: https://sam.gov/opp/ab2b12f9873d48fca7ef9ec8d17861f1/view
Posted: April 15, 2024
SPONSOR: U.S. Department of the Air Force, Air Combat Command, Shaw AFB, SC

F -- DRAFT RFP W9128F24R0012 - $249M PRE-PLACED REMEDIAL ACTION CONTRACT (PRAC) IDIQ MATOC FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) - SMALL BUSINESS SET-ASIDE (SNOTE)
SOL: W9128F24R0012
DUE: May 15, 2024
NAICS: 562910. THE PURPOSE OF THIS ANNOUNCEMENT IS TO PROMOTE EARLY EXCHANGES OF INFORMATION ABOUT A FUTURE ACQUISITION. THIS ANNOUNCEMENT DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. The U.S. Army Corps of Engineers, Omaha District, is requesting industry comments or concerns regarding a draft RFP for Environmental Remediation Services (ERS) in support of the U.S. Army Corps of Engineers (USACE), Northwestern Division (NWD) Area of Responsibility (AOR) and its approved customers. Services may include, but are not limited to, the assessment, inspection, investigation, study, control, characterization, containment, removal and/or treatment of environmental contamination from pollutants, toxic substances, perfluorinated compounds, radioactive materials, and hazardous materials. ERS projects include both civilian and military agencies of the Federal Government. The ERS activities include preliminary assessments, site inspections, remedial investigations, feasibility studies, and site remediation including excavation/removal of contaminated soil, off-site disposal of contaminated soil, and installation of treatment systems. The ERS actions may address both regulated and non-regulated toxic substances and emerging contaminants. As part of any site remediation activities, construction (i.e., treatment plant construction, potable water hook-ups, temporary site stabilization, drainage modifications, etc.) may also be included in this contract. The total amount of contract capacity under this future solicitation is estimated at $249 Million. There is no limit on the number of task orders that may be executed against this MATOC. Response to this announcement is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. Please do not submit any proposals in response to this draft RFP. A formal RFP under the same solicitation number will be released at a later date yet to be determined. QUESTIONS OR COMMENTS ON THE DRAFT RFP ARE DUE BY 2:00 PM CDT ON MAY 15, 2024.
CITE: https://sam.gov/opp/59d71c69628f464cad6babe458e47b99/view
Posted: April 19, 2024
SPONSOR: U.S. Army Corps of Engineers, Omaha District, NE

F -- U.S. ARMY CORPS OF ENGINEERS (USACE), SOUTH PACIFIC DIVISION (SPD) REGIONAL $249 MILLION MILITARY MUNITIONS RESPONSE PROGRAM (MMRP) (SRCSGT)
SOL: W9123824R0034
DUE: May 16, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Sacramento District, seeks interested business sources for an environmental and construction requirement titled: "South Pacific Division (SPD) Regional $249 Million Military Munitions Response Program (MMRP)." The MMRP will be a regional tool for SPD and may be used by its four districts: Albuquerque, Los Angeles, Sacramento, and San Francisco. The SPD boundary covers nine states (California, Arizona, Nevada, Utah, New Mexico, and parts of Colorado, Idaho, Wyoming, and Texas). The contractors selected for this work shall have the capability and experience to provide a wide range of remedial action services at hazardous waste sites. These efforts may require the Contractor to safely locate; identify; recover, evaluate; control; assess; package; transport; manage; and make final disposition, as required, of Munitions and Explosives of Concern (MEC) and Hazardous, Toxic and Radioactive Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, and other federally controlled/owned sites. Work performed under this contract may include, but is not limited to project planning; assessments; inspections; surveys; investigations; studies, engineering evaluations; prioritization; cost analyses; remedial or removal actions; spill response; sampling and analysis; evaluation of risks and hazards to human health and the environment; engineering containment. This future solicitation is expected to result in an Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC) with firm-fixed-price task orders. CAPABILITIES PACKAGES ARE DUE BY 1:00 PM PDT ON MAY 16, 2024.
CITE: https://sam.gov/opp/657257799f774aac87a888bb442910ba/view
Posted: April 16, 2024
SPONSOR: U.S. Army Corps of Engineers, Sacramento District, Sacramento, CA

ENVIRONMENTAL DREDGING SERVICES TO REMEDIATE CONTAMINATED SEDIMENT ASSOCIATED WITH THE CALLAHAN MINE SUPERFUND SITE IN BROOKSVILLE, MAINE. (SRCSGT)
SOL: W912WJ24X0037
DUE: May 16, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, New England District seeks to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, and Small Business concerns in an Invitation for Bid (IFB) for Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine. Work includes dredging approximately 6,000 to 10,000 cubic yards of sediment from Goose Cove and covering an area of approximately 1.5 acres. The Goose Cove sediment removal area is located on the Penobscot Bay side of the former Goose Falls Dam with a tidal range of approximately 10 feet and a Mean Lower Low Water (MLLW) depth of approximately 4 to 6 feet. A maximum removal depth of 2-4 feet is required based on the requirements of the Record of Decision and Remedial Design. Tidal surface elevations in this area will provide unimpeded barge access; however, mobilization to this area presents several challenges. Structures within the proposed sediment removal area -- such as a steel pipe, chains, and moorings -- will be removed by the Contractor prior to dredging, and moorings will be replaced after remediation is complete. Unauthorized boat access to Goose Cove will be controlled during remediation activities. Goose Cove sediment removal can be completed using mechanical or hydraulic methods. Sediment removed from Goose Cove will be hydraulically pumped approximately 1,500 feet to a CAD cell (former mine pit) for tremie placement. Real-time hydrogen sulfide air monitoring will be required at the disposal location following an approved UFP-QAPP prepared by the Contractor. To protect against unintended releases of excessive sediment plumes, a turbidity curtain and turbidity monitoring may be required. Work is expected to be performed during off-peak months (September through May). CAPABILITIES PACKAGES ARE DUE BY 2:00 AM EDT ON MAY 16, 2024.
CITE: https://sam.gov/opp/c1273ffc6fb9444aa3e3852c2b4fb2fd/view
Posted: April 16, 2024
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, New England District, Concord, MA

ALTERNATIVE TECHNOLOGY FOR DEMILITARIZATION OF CONVENTIONAL AMMUNITION AND MISSILES (SRCSGT)
SOL: FCDD-ACM-X
DUE: June 18, 2024
THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of the Army's Demilitarization Enterprise (DE) is conducting market research to identify potential sources and gain interest from vendors with the capability to provide closed disposal demilitarization capabilities to help meet future demil execution goals through alternate technologies. Open Burning and Open Detonation (OB/OD) practices have historically been conducted at both Government-owned and commercial facilities as a means of destroying obsolete and non-serviceable munitions. The Environmental Protection Agency (EPA) published a proposed rule on 20 March 2024 that proposes revisions to standards for the OB/OD of waste explosives. The DE seeks to identify qualified, experienced, and interested businesses capable of providing demilitarization technologies and addressing the following requirements: The DE seeks firms that can: recommend potential mature closed disposal technology(ies) required to process, handle, decontaminate/treat conventional or missile demilitarization; recommend the type of air pollution control devices for the technology(ies) recommended above; recommend disassembly, size-reduction, and/or pre-processing techniques needed to support the recommended technology; provide a list of required environmental permits for the technology recommended above; and determine whether the recommended technology can treat Toxic Substance Control Act (TSCA) regulated materials or emerging chemicals of concern such as PFAS (per - and poly-fluoroalkyl substances and/or asbestos-containing materials. RESPONSES ARE DUE BY 12:00 PM EDT ON JUNE 18, 2024.
CITE: https://sam.gov/opp/8b784b7c96304dfdaf1cdd81af10543f/view
Posted: April 18, 2024
SPONSOR: U.S. Department of the Army, Combat Capabilities Development Command Armaments Center, Picatinny Arsenal, NJ

Z -- Z1DA--542-21-201 | REMOVE UNDERGROUND FUEL STORAGE TANK E-85 (PRESOL)
SOL: 36C24424B0004
NAICS: 236220. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to remove the E-85 Fuel Underground Storage Tank (UST) between Buildings 12 and 13, the connected dispensing unit, as well as all associated appurtenances, and provide for environmental testing of soils to determine if contamination exists, remediate if contamination is determined and restore area to its current physical state at the Coatesville VA Medical Center in Coatesville, Pennsylvania. In addition, this project will replace the diesel fuel pump and dispenser located next to Building 12 and the associated dispensing access/security system, and provide data collection and transmission equipment for the unit. This project will also replace the gasoline dispenser located next to Building 43 and the associated dispensing access/security system and provide data collection and transmission equipment for the unit. The contractor shall complete all performance requirements within 90 days of the Notice to Proceed. There is no solicitation at this time.
CITE: https://sam.gov/opp/04e264e15ee74ab2b2dc4abc9f48bfa9/view
Posted: April 15, 2024
SPONSOR: U.S. Department of Veterans Affairs, 244-Network Contracting Office 4, Pittsburgh, PA