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 May 6-12, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between May 6-12, 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 -- JOINT BASE MCGUIRE-DIX-LAKEHURST (JBMDL) OPTIMIZED REMEDIATION CONTRACT (ORC) (SNOTE)
SOL: W912DR24R0008
DUE: May 15, 2024
NAICS: 562910. This notice is to advise that a site visit will be conducted for this requirement at Joint Base McGuire-Dix-Lakehurst (JBMDL) on Tuesday, May 21, 2024, and Wednesday, May 22, 2024. Dates and the meeting place will be posted in an update to this notice. A draft solicitation was issued on May 5, 2024. Final solicitation issuance is anticipated by May 29, 2024. Each contractor will be allowed a maximum of two (2) attendees to the site visit. To obtain access to the base, each contractor must fill out the JBMDL Short Term Entry Authority List (EAL) Form (Attachment A) and email it to the contacts in this notice by 11:00 AM EDT on Wednesday, May 15, 2024. This is a hard deadline. Each contractor may list both of their attendees on one (1) form. Please fill out each attendee's information on the chart. Please do not alter any other information on the form. The slide deck for the site visit presentation is Attachment B. This information will be presented while on the bus and at the sites. Contractors are responsible for printing their own copies of the slides. Hard copies of the slides will NOT be provided at the site visit.
CITE: https://sam.gov/opp/f1245ced020f4694bdd6b70b0e87f06b/view
Posted: May 9, 2024
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Baltimore District, Baltimore, MD

F -- HAZARDOUS MATERIALS ABATEMENT CONTRACT - IDIQ (SOL)
SOL: FA500023B0003
DUE: June 5, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force requires a contractor to perform a complete hazardous materials and hazardous waste survey for Building 31550 at Joint Base Elmendorf-Richardson in Alaska. The hazardous materials and hazardous waste survey will include testing, test reports, and identification of all hazardous materials. The contractor will be required to survey and test the building's interior and exterior and the soil around the building, and test soil around the buried fuel tank, septic tank, and water tank. Hazardous materials and hazardous waste that may be expected to be encountered by the Contractor include asbestos, lead including lead-based paint (LBP), glycol, light bulbs, ballasts, thermostats, polychlorinated biphenyls (PCBs), mold, chlorofluorocarbon (CFC)-containing equipment such as HVAC pumps and compressors, mercury light ballasts, fluorescent lights, mercury light switches, and thermostat bulbs, and radioactive sources such as tritium-containing signage. Other hazardous waste and hazardous materials containers may be encountered as determined through the required hazardous waste testing performed by the Contractor. When performing the testing sampling, the Contractor is required to perform immediate repair of the affected area to return it to a usable, finished state. The Contractor is required to provide a Remediation/Abatement Plan that is supported by the Test Report. The Contractor is required to attend a site visit before submitting a proposal. Questions are due by 1:00 PM AKDT on May 22, 2024. OFFERS ARE DUE BY 2:00 PM AKDT ON JUNE 5, 2024.
CITE: https://sam.gov/opp/a90fb754315542d69cb9bc230c179ee1/view
Posted: May 9, 2024
SPONSOR: U.S. Department of the Air Force, Pacific Air Forces, Joint Base Elmendorf-Richardson, AK

F -- THE PURPOSE OF THE SUPERFUND TECHNICAL ASSESSMENT (SOL)
SOL: 68HE0324R0001
DUE: June 24, 2024
NAICS: 541620. THIS IS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency, Region 3, requires a contractor to support the Superfund Technical Assessment and Response Team (START) contract, which provides nationally consistent advisory and assistance services to Environmental Protection Agency (EPA) On-Scene Coordinators (OSCs) and other federal officials implementing EPA's responsibilities under the national response system. The technical requirements include response, preparedness and prevention, assessment and inspection, technical support, data management, and training. The contractor shall fulfill these responsibilities within EPA Region 3, as well as outside the region on a backup regional response, cross-regional response, national response, and international response. The contractor shall be prepared to provide scientific/technical support for EPA activities in furtherance of the agency's primary mission: the protection of human health and the environment. Additionally, the contractor shall provide advisory and assistance services to other programs, such as the Superfund Pre-Remedial Program, Brownfields Program, and remedial support activities. The period of performance of this contract shall be from June 1, 2025, through November 30, 2029, exclusive of all required reports. OFFERS ARE DUE BY 2:30 PM EDT ON JUNE 24, 2024.
CITE: https://sam.gov/opp/d129b7f37a6a44a6be0f2df7425a8dc4/view
Posted: May 9, 2024
SPONSOR: U.S. Environmental Protection Agency, Region 3 Contracting Office, Philadelphia, PA

F -- FUSRAP MAYWOOD SUPERFUND SITE - SATOC (SOL)
SOL: W912DQ23R3040
DUE: June 24, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to perform soils and groundwater remedial action activities, provide operation and maintenance of onsite laboratory and database systems, perform waste management loadout and provide waste handling services, transport and dispose of waste, and perform environmental monitoring activities at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site (FMSS) in Maywood, New Jersey. The overall objective of this project is to complete all actions in accordance with the requirements of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), and as amended by the Superfund Amendments and Reauthorization Act (SARA) and the National Oil and Hazardous Substances Contingency Plan (NCP). Work for both the soils and groundwater remedies shall be worked concurrently. Radioactive contamination at the FMSS resulted from rare earth and thorium processing operations conducted by MCW and associated material storage and waste disposal practices. Historical records indicate that processing of thorium from monazite sands may have begun as early as 1895. Processing operations created wastes containing thorium and lesser amounts of radium and uranium as well as rare earths. OFFERS ARE DUE BY 12:00 PM EDT ON JUNE 24, 2024.
CITE: https://sam.gov/opp/da83b6ede0d2403d890dfa0c58b26e0c/view
Posted: May 10, 2024
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City, MO

F -- JOINT BASE MCGUIRE-DIX-LAKEHURST (JBMDL) OPTIMIZED REMEDIATION CONTRACT (ORC) (PRESOL)
SOL: W912DR24R0008
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MAY 29, 2024, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers intends to issue a solicitation for a standalone "C" type contract to provide support to the Air Force at Joint Base McGuire-Dix-Lakehurst (JBMDL) in executing its Environmental Restoration Program (ERP) via a performance-based Optimized Remediation Contract (ORC). The work will consist of performing environmental remediation activities necessary for investigation, design, remedial action, remedial construction, and Long-Term Management (LTM) to achieve minimum Performance Objectives (POs) and stretch goals and support progress to Site Closeout (SC) at 67 Installation Restoration Program (IRP) and eight (8) Military Munitions Response Program (MMRP) sites in various phases of remediation. There is no solicitation at this time.
CITE: https://sam.gov/opp/1e3ccff211134ba9ab8d82020ff54ff9/view
Posted: May 9, 2024
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Baltimore District, Baltimore, MD