Federal Business Opportunities (FedBizOpps) Update
Notices for February 11-17, 2019
This update contains summaries of procurement notices issued between February 11-17, 2019 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, or receive notification of solicitation amendments, please visit the FedBizOpps web site.
EMERGENCY RESPONSE SERVICES (SRCSGT)
SOL: HQ072719RFI02
DUE: 021919
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ072719RFI02/listing.html
NAICS: 562910. This notice solicits information from industry for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, Calif., is issuing this Sources Sought to evaluate the interest and availability of potential sources to provide Emergency Response Services, NAICS code 562910 (Remediation Services), small business size standard 750 employees; Product Service Code R429 (Support - Professional: Emergency response/disaster planning/preparedness support). The emergency response provider may be required to provide containment, cleanup, remediation, and disposal of hazardous materials/waste resulting from a spill or release of any of the hazardous materials stored or processed at DMEA or transported from our facility to another site. Industry responses to this notice will assist the Government in determining the appropriate acquisition method and will provide the Government information about the availability of qualified companies technically capable of meeting the requirement. Information received in response to this notice will also help the Government determine whether a small business set-aside is possible. All business sizes are invited to respond with a brief (3 pages max) statement of capability. SUBMISSION DEADLINE IS 9:00 AM PT ON FEBRUARY 19, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 13, 2019 4:03 pm
SPONSOR: Other Defense Agencies, Defense Microelectronics Activity, McClellan, CA.
BLDG 800 ASBESTOS ABATEMENT (COMBINE)
SOL: FA500019QA003
DUE: 021919
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/PAF/3CS/FA500019QA003/listing.html
NAICS: 562910. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 562910 (Remediation Services), size standard $20.5M. Contractor is to perform a single-phase cleanup and abatement of asbestos in Bldg. 800, to include the following asbestos-containing materials: Vermiculite and Pipe Insulation. Contractor is required to have a minimum of three years experience in this field of work and shall provide all labor, supervision, management, transportation, tools, equipment, materials, and supplies necessary to perform lead-based paint and asbestos sampling, abatement, and disposal at Joint Base Elmendorf-Richardson, Alaska (JBER). OFFERS MUST BE RECEIVED NO LATER THAN 2:00 PM ALASKA TIME ON FEBRUARY 19, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 10, 2019 3:47 pm
SPONSOR: Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, Alaska.
PRE-DECOMMISSIONING PLAN FOR NELLIS AFB (SRCSGT)
SOL: FA486119QA003
DUE: 022519
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/ACC/99CONS/FA486119QA003/listing.html
NAICS: 541620. This Sources Sought Notice constitutes market research to evaluate the availability and interest of potentially capable small businesses, including 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Businesses, to provide a pre-decommissioning plan in support of the Nevada Test and Training Range (NTTR) at Nellis AFB, Nevada. The Depleted Uranium Licensed Area comprises around 200 tanks, 18,634 acres of land contaminated with uranium oxide, and about 250,000 U-238 penetrators in the subsurface of the NTTR, which is north of Las Vegas, NV. The last decommissioning requirements assessment was performed in 2004 and did not meet MARSSIM, MARSAME, and NUREG-1757 requirements. The NTTR seeks options, plans, and executable procedures to shape the initial stages of decommissioning such that costs are optimized and the site, plans, and finances are ready and prepared for successfully prompt initiation and execution of decommissioning activities. This proposed contract is being considered as a set-aside under the small business program. NAICS code 541620 is proposed for the requirement, size standard $15M. A DRAFT SOW is posted with the FedBizOpps notice, and interested parties are encouraged to submit industry comments and/or suggested changes to the SOW. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Submit industry comments, suggested changes for the SOW, budgetary estimates, and/or submittal of commercial practices for the Government's consideration (3 pages max) in writing via email. RESPONSES MUST BE RECEIVED NO LATER THAN 11:00 AM PT ON FEBRUARY 25, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 11, 2019 11:23 am
SPONSOR: Department of the Air Force, Air Combat Command, 99 CONS, Nellis AFB, NV.
FIRING RANGE MAINTENANCE SERVICES (COMBINE)
SOL: 70RFP319QEH000004
DUE: 022619
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/6addbcac0dd5c67845afc775f73c6ca1
NAICS: 562910. THIS RFQ IS BEING SOLICITED COMPETITIVELY AS A SMALL BUSINESS SET-ASIDE (NAICS code 562910) and will result in the award of an IDIQ contract for Firing Range Preventive and Corrective Maintenance Services for the Federal Protective Services Advance Training Division (Bren Mar) in accordance with the Statement of Work. QUOTES MUST BE RECEIVED NO LATER THAN 12:00 NOON ET ON FEBRUARY 26, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 15, 2019 4:17 pm
SPONSOR: Department of Homeland Security, Office of Procurement Operations, Federal Protective Service, Philadelphia, PA.
CASC REQUEST FOR INFORMATION (RFI) (SRCSGT)
SOL: 68HERH19R0010
DUE: 030119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/HQ/68HERH19R0010/listing.html
NAICS: 541380. U.S. EPA is issuing this RFI to gather industry input on (1) the commerciality of the not-yet-finalized Statements of Work; (2) changes or improvements the Government should consider when looking to achieve best value; (3) other possible contract changes and potential barriers as a result of those changes; and (4) interest and capability of potential offerors. Questions for which EPA seeks responses are available only in the CASC RFI file on FedConnect at https://www.fedconnect.net/FedConnect/?doc=68HERH19R0010&
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 15, 2019 9:30 am
SPONSOR: Environmental Protection Agency, Office of Acquisition Solutions, EPA/Headquarters, Washington, DC.
NIOSH SPOKANE FIRST FLOOR ASBESTOS ABATEMENT AND CARPET INSTALLATION (COMBINE)
SOL: 75D301-19-Q-69726
DUE: 030719
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/HHS/CDCP/CMBP/75D301-19-Q-69726/listing.html
NAICS: 562910. THIS ACQUISITION IS A SMALL BUSINESS SET ASIDE, NAICS code 562910, size standard $20.5M. Asbestos Abatement & Carpet Installation: Remove asbestos-containing floor tiles and mastic on the first floor common areas at the NIOSH Spokane Research Laboratory (SRL) in Spokane, Washington, along with subsequent installation of carpet floor tiles over the abated area. Period of Performance: April 1 to May 15, 2019. SRL shall remain operational through the duration of this project. The contractor shall provide all labor, material, equipment, and supervision to remove and dispose of approximately 3,227 square feet (sf) of existing carpet, cove base, and suspected asbestos containing vinyl ceramic tile and mastic on the 1st floor of the SRL. After asbestos abatement clearances have been achieved, the contractor shall install approximately 3,227 SF of new carpet tile and associated cove base. A firm-fixed-price purchase order will be issued in writing to the successful offeror. No telephonic quotes will be processed. OFFERS MUST BE RECEIVED NO LATER THAN 3:00 PM ET ON MARCH 7, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 14, 2019 10:50 am
SPONSOR: Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch, Pittsburgh.
TECHNOLOGY/BUSINESS OPPORTUNITY AQUEOUS URANYL DETECTION AND QUANTIFICATION USING BACTERIAL CELLS (SNOTE)
SOL: FBO416-19
DUE: 031119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/LLNL/LL/FBO416-19/listing.html
NAICS: 238990. Lawrence Livermore National Laboratory (LLNL) is offering the opportunity to enter into a collaboration to further develop and commercial its novel innovation, Aqueous Uranyl Detection and Quantification Using Bacterial Cells. THIS NOTICE IS NOT A PROCUREMENT. Companies interested in commercializing LLNL's Aqueous Uranyl Detection and Quantification Using Bacterial Cells are invited to provide a written statement of interest. Using native bacterial regulatory systems, LLNL researchers have developed whole-cell biosensors that can be used in aqueous samples for sensitive and selective in situ detection of the uranyl oxycation (UO22+), the most toxic and stable form of U in oxygenated environments. Specifically, two functionally independent, native U-responsive regulatory systems, UzcRS and UrpRS, were integrated within an AND gate circuit in the bacterium Caulobacter crescentus, creating a synthetic U-sensing pathway. By leveraging the distinct but imperfect selectivity profiles of both two-component systems, this pathway enabled high U selectivity. No cross-reactivity was observed with most common environmental metals (e.g, Fe, As, Cu, Ca, Mg, Cd, Cr, Al) or the U decay-chain product Th. The functionality of the sensor in an environmental context was confirmed by detection of U concentrations as low as 1 uM in ground water samples. LLNL has filed a patent for this technology: PCT/US18/61667, "Aqueous Uranyl Detection and Quantification Using Bacterial Cells" (IL-13081). LLNL is seeking industry partners with a demonstrated ability to bring such inventions to market. Moving critical technology beyond the Laboratory to the commercial world helps our licensees gain a competitive edge in the marketplace. All licensing activities are conducted under policies relating to the strict nondisclosure of company proprietary information. Visit the IPO website at https://ipo.llnl.gov/resources for more information on working with LLNL and the industrial partnering and technology transfer process. WRITTEN EXPRESSIONS OF INTEREST MUST BE RECEIVED NO LATER THAN 11:59 PM ET ON MARCH 11, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 11, 2019 1:53 pm
SPONSOR: Department of Energy, Lawrence Livermore National Laboratory (DOE Contractor), Industrial Partnerships & Commercialization, Livermore, CA.
CONTAMINATED SOIL (COMBINE)
SOL: W911S2-19-U-SOIL
DUE: 031419
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/64817a1afc489b30b98f1d64eccc169e
NAICS: 562910. THIS ACQUISITION IS SET ASIDE 100% FOR 8(A) SMALL BUSINESS CONCERNS under NAICS code 562910, size standard 1,000 employees. Contractor is to provide all resources, except government furnished property, necessary to haul contaminated soil from Building P-2018 or Building 21510, Central Vehicle Wash, located at Fort Drum, NY, to an approved DANC facility. The closest DANC to Fort Drum is in Rodman, NY. Contract duration has a base ordering period of one year (15 May 2019 - 14 May 2020) and four one-year options. QUOTES MUST BE RECEIVED VIA EMAIL NO LATER THAN 12:00 NOON ET ON MARCH 14, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 12, 2019 9:01 am
SPONSOR: Department of the Army, Army Contracting Command, MICC - Fort Drum, NY.
HAZARDOUS AND UNIVERSAL WASTE DISPOSAL (COMBINE)
SOL: 030ADV19R0146
DUE: 031519
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/LOC/CS/CS/030ADV19R0146/listing.html
NAICS: 562910. THIS ACQUISITION IS UNRESTRICTED. In performing its mission, the Library of Congress (LOC) generates various hazardous, universal, radioactive, DEA-regulated, recyclable, and non-hazardous wastes that require disposal. Wastes include spent solvents, photographic wastes, corrosives, and expired shelf-life hazardous materials. For the purpose of this contract, all of these items are included in the definition of hazardous and non-hazardous wastes, and shall be transported from LOC facilities for treatment or disposal by the contractor. This list is not all inclusive of all wastes that could potentially be covered under this contract. This contract does not include Municipal Solid Waste and Recycling. Contractor shall provide response and clean up for emergency and non-emergency spills of hazardous, universal, radioactive, DEA-regulated waste, recyclable materials, and non-hazardous materials and wastes in compliance with local, state, and federal regulations. The Contractor shall provide all sampling equipment, containers, materials, personnel, sample packaging and shipping, and laboratory services necessary to properly sample, analyze, and characterize hazardous and non-hazardous wastes generated by LOC (including wastes of unknown composition) for transportation, treatment, or disposal. The Contractor shall maintain a sufficient inventory of sampling equipment and containers to conduct sampling operations. OFFERS MUST BE RECEIVED NO LATER THAN 12:00 NOON ET ON MARCH 15, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 15, 2019 2:47 pm
SPONSOR: Library of Congress, Contracts Services, Washington, DC.
F--SOIL CONTAMINATION SITE INVESTIGATION SERVICES FOR THE VA NEBRASKA WESTERN IOWA HEALTH CARE SYSTEM (COMBINE)
SOL: 36C26319Q0302
DUE: 031819
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/36C26319Q0302/listing.html
NAICS: 562910. THIS PROCUREMENT IS A TOTAL SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) under NAICS code 562910, size standard $20.5M. The VA anticipates one firm-fixed-price purchase-order award for all resources and labor necessary to complete Soil Contamination Site Investigation services for a petroleum release at the VA Nebraska Western Iowa Health Care System located at 4101 Woolworth Avenue, Omaha, NE 68105-1850. A Tier 1 Pre-Investigation Assessment Work Plan was submitted to Nebraska DEQ on June 28, 2018, which NDEQ approved on July 12, 2018. Based on lab results from the UST ends and product piping, elevated petroleum (diesel fuel) concentrations are present. Based upon the provided results, it appears the product piping was the primary source of the petroleum impacts identified on the property. Contractor shall conduct soil contamination site investigation services to help decide, via soil and groundwater sampling, if significant soil and/or groundwater contamination exists at the site. Contractor shall be responsible for conducting utilities (i.e., water lines, gas lines, etc) relocates during this process. Results provided by the Contractor will be used by NDEQ to determine, based on the risks posed by the release, whether further work will be required or the site should be closed. Period of performance: May 1, 2019, to April 30, 2020. QUOTES MUST BE RECEIVED VIA EMAIL NO LATER THAN 10:30 AM CT ON MARCH 18, 2019.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Feb 15, 2019 11:21 am
SPONSOR: Department of Veterans Affairs, 263 Network Contracting Office 23, Sioux Falls, SD.
B--NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC NW) LONG TERM MONITORING, OPERATIONS, AND MAINTENANCE ENVIRONMENTAL SERVICES CONTRACT (PRESOL)
SOL: N4425519R6006
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425519R6006/listing.html
NAICS: 562910. THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 562910, for a single contract to provide Long-Term Monitoring, Operation and Maintenance (LTM O&M) Environmental Services for Navy facilities located within the United States. Types of projects include long-term monitoring, assessments and reporting on effectiveness of remedial actions, and the operations and maintenance required to support typical environmental restoration or environmental compliance actions. Offerors should have an extensive knowledge of environmental laws and regulations; experience preparing, submitting, and filing high-quality, acceptable reports with regulatory agencies; and a staff of fully trained and qualified personnel to achieve the environmental remediation and compliance requirements and goals. Firms with experience closing remediation sites, reducing maintenance or long term monitoring costs, using innovative optimization of remedial systems resulting in a reduction in site management costs, or with experience working on environmental projects in the Puget Sound area, Alaska North Slope, or the Aleutian Islands are strongly desired. The work mainly will be performed in the states of Washington and Alaska, although work might also be performed anywhere within the United States. RELEASE OF THE RFP IS PLANNED FOR MID-FEBRUARY 2019 with proposals due approximately 30 days thereafter. The resulting contract is expected to be a firm-fixed-price IDIQ contract with a base period of 12 months and four 12-month options (or until the maximum not-to-exceed amount is reached, whichever comes first). This contract will replace current contract number N44255-14-D-9011 (Sealaska Environmental Services LLC) for similar services awarded in 2014. The current contract has had approximately $26M in services ordered during the past 60 months and has 6 months remaining, total contract award not to exceed $30,794,172.28.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 14, 2019 5:41 pm
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, Silverdale, WA.
B--LABORATORY TESTING (WATER QUALITY TESTING/WASTER WATER, RIVER WATER, AND PIPE WATER) (PRESOL)
SOL: N4008519R8034
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008519R8034/listing.html
NAICS: 541380. THIS PROCUREMENT WILL BE 100% SET-ASIDE FOR CERTIFIED SMALL BUSINESSES, NAICS code 541380 (Testing Laboratories), size standard $15M. The intent of this Pre-Solicitation synopsis is to notify potential offerors of the upcoming solicitation for a contract at Marine Corps Base Camp Lejeune (MCBCL), Marine Corps Air Station-New River, and surrounding areas of Jacksonville, NC. Drinking water samples are collected from five different distribution systems aboard Camp Lejeune. Wastewater monitoring is conducted at MCBCL advanced wastewater treatment plant effluent and select locations within the New River. The Base Environmental Management Division laboratory section is responsible for collecting all samples for submittal to an outside testing laboratory for water analysis. All testing laboratories must be certified by the state of North Carolina and U.S. EPA for analysis of samples. The Contractor shall provide all necessary sample bottles, packing materials, coolers, and equipment to perform the testing and analysis required in this contract. Additionally, the Contractor shall be responsible for transporting all samples from the Installation to the laboratory intact and uncontaminated within 48 hours of the scheduled collection times specified within the contract specification terms and conditions. The Government anticipates awarding a firm-fixed-price (FFP) type contract with a base period of one year plus four 12-month option periods. The resultant contract will replace an FFP contract for services awarded April 1, 2018, to Environmental Chemists Inc. The present contract final period will expire March 31, 2019. The total estimated cost of that contract is $84,210.00 without options. RELEASE OF THE SOLICITATION IS ANTICIPATED AROUND OR AFTER FEBRUARY 25, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 15, 2019 1:43 pm
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Camp Lejeune, NC.
S--SLUDGE MANAGEMENT SERVICES (PRESOL)
SOL: 140R6019Q0014
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/e6397c2ac93e610d5c9d84df55f9ef0e
NAICS: 562211. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 562211. The Bureau of Reclamation, Great Plains Region intends to issue a commercial RFQ for metal hydrozide sludge storage, transportation, and disposal services at the Leadville Mine Drainage Tunnel Water Treatment Plant located near Leadville, Colorado, in Lake County. The acquisition will be issued for a 12-month base period and four 12-month option periods. THE SIMPLIFIED ACQUISITION WILL BE ISSUED AS A BEST VALUE RFQ ON OR ABOUT MARCH 5, 2019, via FedConnect at https://www.fedconnect.net/FedConnect/?doc=140R6019Q0014&
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 13, 2019 10:40 am
SPONSOR: Department of the Interior, Bureau of Reclamation, Billings, MT.
Notices for February 4-10, 2019
This update contains summaries of procurement notices issued between February 4-10, 2019 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, or receive notification of solicitation amendments, please visit the FedBizOpps web site.
F--SOIL CONTAMINATION SITE INVESTIGATION VA NEBRASKA WESTERN IOWA HEALTH CARE SYSTEM (SRCSGT)
SOL: 36C26319Q0302
DUE: 021229
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/36C26319Q0302/listing.html
NAICS: 562910. As this Sources Sought is for market research purposes, the Government will not accept any technical questions at this time. Via this Sources Sought, the Government seeks to determine the interest and availability of small business sources capable of providing soil contamination site investigation services per this notice under NAICS code 562910 (Remediation Services), small business size standard $20.5M, Product Service Code F999. Contractor shall conduct soil contamination site investigation services to help decide, via soil and groundwater sampling, if significant soil and/or groundwater contamination exists at the Omaha VA Medical Center - Heating Plant site, located at 4101 Woolworth Avenue, Omaha, Nebraska. The subject site shall be evaluated for the presence for petroleum contamination in soil and groundwater. The investigation results provided by the Contractor will be used by Nebraska DEQ to determine, based on the risks posed by the release, whether further work will be required or the site should be closed. As the owner of the tank system, it is the Omaha VA Medical Center's responsibility to identify the affected environment and complete any remedial actions required by NDEQ. Responses to this notice shall be sent via email only. CAPABILITIES STATEMENTS MUST BE RECEIVED NO LATER THAN 10:30 AM CT ON FEBRUARY 12, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 05, 2019 10:44 am
SPONSOR: Department of Veterans Affairs, 263 Network Contracting Office 23 (NCO 23), Sioux Falls, SD.
F--636-19-3-5046-0070 - SPILL PREVENTION CONTROL & COUNTERMEASURE - NEBRASK WESTERN-IOWA VA (SRCSGT)
SOL: 36C26319Q0317
DUE: 022219
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/36C26319Q0317/listing.html
NAICS: 562910. The purpose of this sources sought notice is to gain knowledge of qualified potential contractors and their socio-economic size classification in accordance with NAICS code 562910 (Remediation Services). The Nebraska Western-Iowa VA Health Care System located at 4001 Woolworth Ave, Omaha, NE 68105 is seeking qualified potential contractors to provide a Spill Prevention Control and Countermeasures Plan (SPCC), SPCC training, and documentation. To respond, complete the form linked to the FedBizOpps notice and return it via email. RESPONSES MUST BE RECEIVED NO LATER THAN 10:00 AM CT ON FEBRUARY 22, 2019. Responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this sources sought, a solicitation announcement may be posted.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Feb 08, 2019 2:41 pm
SPONSOR: Department of Veterans Affairs, 263 Network Contracting Office 23 (NCO 23), Sioux Falls, SD.
DOE OFFICE OF ENVIRONMENTAL MANAGEMENT BUSINESS OPPORTUNITIES FORUM - 3-2019 (SNOTE)
SOL: EM_BUSINESS_FORUM_3-2019
DUE: 022719
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/EM_BUSINESS_FORUM_3-2019/listing.html
NAICS: 562910. DOE's next Office of Environmental Management Business Opportunities Forum has been scheduled for March 5, 2019, from 10:00 - 11:35 AM MT (Arizona). Topics will include a discussion on status of ongoing and upcoming procurement opportunities. Join the event to learn about the latest news on doing business with the Office of Environmental Management. The event will be held in Exhibit Hall 4, Phoenix Convention Center during the Waste Management Conference. To gain access, attendees must be registered for the conference and be in possession of a conference badge. There is no separate charge to attend, but PREREGISTRATION BY FEBRUARY 27, 2019, IS A MUST. Provide your name, title, and company name. DOE EM will offer WebEx capability for those not attending the Waste Management Conference. Information on connecting via WebEx will be sent out prior to the forum to those who preregister.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 06, 2019 1:09 pm
SPONSOR: Department of Energy, Office of Environmental Management Business Opportunities, Washington, DC.
A-E SHORTLIST FOR USDA-FS, SRS-PNW-PSW RESEARCH STATIONS (SRCSGT)
SOL: 12456819R0002
DUE: 032119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USDA/FS/4568/12456819R0002/listing.html
NAICS: 541310. The purpose of this announcement is to request updated and new SF330 Architect & Engineer qualification information for the USDA Forest Service, Southern Research Station/Pacific Northwest Research Station/Pacific Southwest Research Station A&E Short Selection Database. This sources sought is for future potential work only; no specific projects are planned at this time. The Forest Service may utilize the Short Selection database to award A&E contracts below $250,000 in all states within the USDA Forest Service footprint. As specific projects arise, the Short Selection database will be used to pull a list of qualified firms that can perform the needed work at the specific location. At that point, the first 50 pages of the submittal packages from those specific firms will be pulled from the file and used to perform a technical review. Examples of some of the types of work include but are not limited to design of small warehouses and offices, laboratory repairs and renovations, historic preservation, renovations to improve energy efficiency and address safety concerns, energy audits and studies, design of repairs to small dams and impoundments, design of photovoltaic and other renewable energy systems, green building construction and certification consultation, review and design of HVAC systems upgrades and replacements, review and design of electrical systems, construction inspection, drafting services, surveying (construction and property), overall facility condition assessments, design of roads and trails, geotechnical investigation, and environmental (RCRA, CERCLA, CWA, etc.) investigations, reviews, inventories, and audits and coordination of RCRA and other waste disposal. SF330 SUBMITTALS MUST BE RECEIVED NO LATER THAN 11:59 PM ET ON MARCH 21, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 06, 2019 5:39 pm
SPONSOR: Department of Agriculture, Forest Service, Southern Research Station - NC.
REFERENCE USACE MEGA: TULSA DISTRICT WILL ISSUE AN RFP FOR ENVIRONMENTAL REMEDIATION SERVICES ... (PRESOL)
SOL: W912BV19R0022
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA56/W912BV19R0022/listing.html
NAICS: 562910. This synopsis is for the purpose of presolicitation notification only for A FUTURE ACQUISITION TO BE COMPETED AS A 100% SMALL BUSINESS SET-ASIDE as part of the U.S. Army Corps of Engineers, Northwestern, Southwestern, and South Pacific Divisions' Multiple Environmental Government Acquisition (MEGA) Plan. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR ABOUT FEBRUARY 21, 2019, on FedBizOpps, with proposals likely to be due on or about March 26, 2019. The USACE Tulsa District intends to issue Solicitation No. W912BV19R0022 for a firm-fixed-price, indefinite-delivery Multiple Award Task Order Contract (MATOC) for environmental remediation services for projects within the geographic boundaries of the Southwest Division (SWD) and projects assigned to the SWD for the control and remediation of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials, munitions and explosives of concern, and munitions constituents. Award of up to five IDCs is anticipated with a maximum shared capacity of $45M. Contracts will have a base period of three years and one two-year option period. The applicable NAICS code is 562910, small business size standard 750 employees.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 06, 2019 11:15 am
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, OK.
SUPERFUND ENVIRONMENTAL REMEDIATION SERVICES (PRESOL)
SOL: 692M15-19-R-00005
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOT/FAA/WJHTC/692M15-19-R-00005/listing.html
NAICS: 562910. The FAA intends to utilize UNRESTRICTED source selection procedures for the procurement of Superfund Environmental Remediation Services at the William J Hughes Technical Center, Atlantic City, NJ, for award of an IDIQ contract with an overall 10-year period of performance. Release of a screening-for-information request is anticipated in the 2nd quarter of FY19. The incumbent contractor is AECOM Energy & Construction Inc, Aiken, SC, contract # DTFACT-09-D-00015.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 06, 2019 11:23 am
SPONSOR: Department of Transportation, Federal Aviation Administration (FAA), W.J. Hughes Tech Center.
SFAAP MUNITION AND EXPLOSIVES OF CONCERN (MEC) REMOVAL AND ENVIRONMENTAL REMEDIATION, DESOTO, KANSAS (PRESOL)
SOL: W912DQ-19-R-3008
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-19-R-3008/listing.html
NAICS: 562910. WHEN IT IS ISSUED, THIS SOLICITATION WILL BE A COMPETITIVE ACQUISITION FOR THE AWARD OF A COST-PLUS-FIXED-FEE CONTRACT TO BE ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 562910 (Remediation Services), size standard $20.5M. The U.S. Army Corps of Engineers, Kansas City District, intends to issue an RFP for Construction and Remediation Services work in support of the Former Sunflower Army Ammunition Plant, located in DeSoto, Kansas. The required work includes removal and decontamination of potentially explosive sewers and underground infrastructure, to include investigation and cleanup of environmental contamination beneath the sewers after the in-sewer explosive hazards have been removed and the soil certified as Material Documented as safe. This contract will provide remediation at the site. The selected contractor will have to have the ability to work in multiple remediation areas concurrently and adapt to changing requirements. The estimated period of performance is 5 years from the Notice to Proceed. An organized site visit is planned; the details will be included in the solicitation. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR ABOUT APRIL 22, 2019, with quotes likely due on or about May 22, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Feb 06, 2019 1:20 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City.
SUPPORT FOR THE METALS, MINERALS AND ENERGY SECTOR
SOL: EP-D-11-084
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/CMD/EP-D-11-084/listing.html
NAICS: 541620. U.S. EPA intends to negotiate on a sole source basis, under the authority of FAR 6.302-1, with RTI International, to provide support services to EPA's Office of Air Quality Planning and Standards (OAQPS) under contract titled, "Support for Metals, Minerals and Energy Sectors," EP-D-11-084, for an additional 5,820 level-of-effort labor hours to be utilized to extend the contract, which expires Mar 31, 2019, by five months, until August 31, 2019. EPA believes that RTI International, with its experience and support provided in many ongoing work assignments, possesses the institutional knowledge, processes and tools that are not readily transferable to a new contractor.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Feb 06, 2019 12:14 pm
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, NC.
SUPPORT FOR THE CHEMICALS, COATINGS AND COMMERCE SECTOR
SOL: EP-W-12-006
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/EPA/OAM/CMD/EP-W-12-006/listing.html
NAICS: 541620. U.S. EPA intends to negotiate on a sole source basis, under the authority of FAR 6.302-2(a)(2), with Eastern Research Group Inc. to provide support services to EPA's Office of Air Quality Planning and Standards (OAQPS) under contract titled, "Support for Chemicals, Coatings and Commerce Sector," EP-W-12-006, for an additional 5,500 level-of-effort labor hours to be utilized to extend the contract, which expires February 28, 2019, by six months, until August 27, 2019.
CITE: https://www.fbo.gov/index.php?s=opportunity&
Posted: Feb 06, 2019 12:03 pm
SPONSOR: Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, NC.
Notices for January 28-February 3, 2019
This update contains summaries of procurement notices issued between January 28-February 3, 2019 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, or receive notification of solicitation amendments, please visit the FedBizOpps web site.
B--AIR QUALITY MONITORING SERVICE OF ASBESTOS REMOVAL (SRCSGT)
SOL: 36C25619Q0382
DUE: 021119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0382/listing.html
NAICS: 541620. This Sources Sought/Market Survey is being conducted by the VA Network Contracting Office (Houston, Texas) to identify sources that are capable of providing air quality monitoring and analysis for asbestos airborne concentrations during asbestos removal. Contractor shall be able to perform services at one hundred percent. Contractor shall furnish all labor, material, tools, equipment, and supervision necessary to perform the air quality monitoring and analysis for asbestos airborne concentrations during an asbestos removal project located at the Central Arkansas Veterans Healthcare System at the John L. McClellan Memorial Veterans Hospital, 4300 West 7th Street, Little Rock, Arkansas 72205. Tiles, mastic, and affected flooring substrate shall be removed as Asbestos Containing Materials (ACM). The expected period of performance is for a one-time service for when the asbestos removal services are scheduled, possibly from April 15 thru June 30, 2019. If this is a service your business (small or large) can provide, please respond to this sources sought notice with a brief statement of capability. RESPONSES MUST BE RECEIVED NO LATER THAN 11:00 AM CT ON FEBRUARY 11, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 30, 2019 9:56 am
SPONSOR: Department of Veterans Affairs, Houston VAMC, Texas.
ASBESTOS ABATEMENT OF BLDG 6326 (COMBINE)
SOL: FA500019QA006
DUE: 021219
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/PAF/18CONS/FA500019QA006/listing.html
NAICS: 562910. THIS REQUEST FOR QUOTE IS SOLICITED AS A SMALL BUSINESS SET-ASIDE, NAICS code 562910 (Remediation Services). The 673rd Contracting Squadron has a Brand Name or Equal requirement to purchase asbestos abatement for Joint Base Elmendorf Richardson, Alaska. Prospective contractors shall use the Attachment 1 Pricing Schedule (attached to the FedBizOpps notice), whoch includes all contract line item numbers, descriptions, quantities, units of issue, unit prices, and extended prices. The Government intends to award a single firm-fixed-price contract resulting from this solicitation. Delivery and acceptance will be FOB (free on board) Destination to the following address: Bldg 6326 Artic Warrior Drive, JBER, AK 99506. Abatement of asbestos in building 6326 includes the following asbestos containing material (ACM): Gypsum wall board with asbestos joint compound and flooring (a combination of carpet, vinyl tile, floor adhesive, or other material that may contain asbestos). Also remove 900 SF of ceiling tile and metal ceiling grid. QUOTES MUST BE RECEIVED NO LATER THAN 2:00 PM ALASKA TIME ON FEBRUARY 12, 2019. ADDITIONALLY, ALL PROSPECTIVE CONTRACTORS MUST SUBMIT A FULLY COMPLETED PRICING SCHEDULE (ATTACHMENT 1) AND ALL DATA REQUIRED IN PARAGRAPH 13 BY FEBRUARY 11, 2019. Quotes must remain good through March 12, 2019.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Feb 01, 2019 6:36 pm
SPONSOR: Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena.
99--HAZARDOUS MATERIALS REMOVAL/DISPOSAL (SRCSGT)
SOL: 36C26219Q0341
DUE: 021419
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0341/listing.html
NAICS: 562211. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. The NAICS code for this requirement is 562211 (Hazardous Waste Treatment and Disposal). The impending solicitation is for Hazardous Waste Removal and Disposal for the Greater Los Angeles (11301 Wilshire Blvd., Los Angeles, CA 90073), Long Beach (5901 East 7th St., Long Beach, CA 90822), Loma Linda (11201 Benton St., Loma Linda, CA 92357), and San Diego (3350 La Jolla Village Dr., San Diego, CA 92161) Healthcare Systems. The following categories of waste are subject to this contract: Hazardous Waste, Extremely Hazardous Waste, Mixed Waste, Special Medical Waste, Universal Waste, and Asbestos Waste. The following categories of waste are NOT subject to this contract: General Waste (non-infectious, non-hazardous) and Medical Waste. Interested and capable contractors should respond to this notice with a brief statement of capability. RESPONSES MUST BE RECEIVED NO LATER THAN 9:00 AM PT ON FEBRUARY 14, 2019, via email only.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Jan 30, 2019 3:57 pm
SPONSOR: Department of Veterans Affairs, Long Beach VANLO, CA.
VAPOR DEGREASER SYSTEM CLEANING AND ACID NEUTRALIZATION (SRCSGT)
SOL: FA85SB-Vapor_Degreaser_System_Cleaning_and_Acid_Neutralization
DUE: 022219
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85SB-Vapor_Degreaser_System_Cleaning_and_Acid_Neutralization/listing.html
NAICS: 562910. This notice constitutes market research conducted to identify potential sources possessing the expertise, capabilities, and experience to perform cleaning and acid neutralization of the industrial vapor degreaser system in the Advanced Metal Finishing Facility (AMFF) located at Robins Air Force Base, Georgia. The Baron-Blakeslee ZV-10.35-EW-SPL Industrial Vapor Degreaser and connected SC-30-EW-SPL Solvent Still located in Building 20128 use perchloroethylene (PCE) heated through coils containing hot oil to produce a vapor that, when in contact with contaminated metal parts, causes the contaminants to disassociate from the metal, resulting in a clean part. This part is then introduced into one of several plating processes. Due to an imbalance in the vapor degreaser chemistry, the PCE becomes acidic which makes it ineffective in the cleaning process. As a result, the industrial vapor degreaser system requires periodic cleaning and acid neutralization. The Contractor shall provide industrial vapor degreaser system cleaning services twice per year. A draft Performance Work Statement for this requirement is attached to the FedBizOpps notice. This requirement is considered unclassified; no security clearance is required. Businesses both large and small are encouraged to respond to the Capability Survey Part I and Part II. RESPONSES MUST BE RECEIVED NO LATER THAN 4:30 PM ET ON FEBRUARY 22, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 29, 2019 3:24 pm
SPONSOR: Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, GA.
EMERGENCY RESPONSE SERVICES (COMBINE)
SOL: FA282319Q4001
DUE: 030119
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/54f39b19c999dae3d20c579437a0735e
NAICS: 562910. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET ASIDE, NAICS code 562910 EXCEPTION 2, size standard 750 employees. The Air Force Test Center, Installation Operational Contracting Division intends to award a firm-fixed-price (FFP) contract for emergency response services at Eglin AFB, Florida. All questions and requests for clarification shall be received in writing by email no later than 10:00 AM CT on Wednesday, February 13, 2019. Most emergency response operations are related to aircraft hangers or facility fire suppression foam systems cleanups, fuel spills and removal of fuel-contaminated soil, aircraft recovery operations in the Gulf of Mexico and hazardous material response and cleanups. During past years, Eglin AFB has been tasked to respond to several aircraft aviation accidents. Due to the nature of the emergency response requirements for this contract, the contractor shall provide services 24 hours a day and 365 days a year when mobilized for emergency response operation tasks. The contractor shall be a Certified Oil Spill Removal Organization (OSRO) approved by the Environmental Protection Agency 40 CFR, Part 112, and the U.S. Coast Guard as per 33 CFR, Part 154.1028 and 154.1045. The contractor shall be OSRO certified for rivers, canals, and inland operating environments in district 8, sector Mobile. Contractor must provide all necessary personnel, facilities, transportation, equipment, and materials and provide scientific and technical services to perform all operations necessary to fulfill the requirements of the services specified. The Government will not provide office space. The contractor shall perform a site visit, consultation, plan of action development, mobilization, site preparation, and remediation within 2 hours of being notified. Within 24 hours of being notified, a site assessment, correspondence/ communication with the COR or CO, and delivery of a preliminary assessment report is required. This preliminary assessment report shall include a price estimate for the entire projected cleanup effort. Period of performance is one base year plus four one-year option periods. Place of performance includes but is not limited to the 724 Square Miles of Eglin Reservation. OFFERS MUST BE RECEIVED VIA EMAIL NO LATER THAN 10:00 AM CT ON FRIDAY, MARCH 1, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 30, 2019 1:10 pm
SPONSOR: Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, FL.
STRATEGIC ENVIRONMENTAL RESEARCH AND DEVELOPMENT PROGRAM (SERDP) OPEN BAA
SOL: W912HQ-19-S-0004
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-19-S-0004/listing.html
NAICS: 541715 AND 541330. This notice constitutes a Broad Agency Announcement (BAA) to which businesses both large and small are encouraged to respond. This opportunity is open for approximately one year, until January 29, 2020. DoD's 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 Resiliency, and Weapons Systems and Platforms technologies. SERDP intends to competitively fund research and development for environmental research that addresses the topic areas set forth in the announcement at https://www.serdp-estcp.org/Funding-Opportunities/Open-BAA. 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 approximately one year from the date of publication, until January 29, 2020, or until replaced by a successor BAA. Awards will take the form of contracts. Specific areas of interest include the following: (1) Monitoring: Demonstration of technologies for the assessment or long-term monitoring of chemical contamination or biogeochemical indicators in soils, sediments, and water. (2) Reduction in Cost to Complete: Demonstration of innovative tools, methodologies, or technologies that can reduce the DoD's cost to complete for contaminated groundwater or aquatic sediments by improving performance assessment or optimizing treatment. Sites contaminated with PFASs, chlorinated solvents, munitions constituents, PCBs, and PAHs are of most concern. (3) Reduce Source Loading of Munitions Constituents: Demonstration of innovative tools, methodologies, or technologies that can reduce source loading of munitions constituents during routine DoD operations and demilitarization activities. (4) Stormwater Treatment. (5) Wastewater Treatment: Demonstration of innovative, energy-efficient, low-maintenance systems for decentralized treatment or recycling of wastewater on fixed installations, particularly systems that operate in an energy-neutral configuration, produce power or materials that can easily be converted into power, or are capable of generating water for potable or nonpotable re-use. (6) Risk Assessment Demonstrations focused on improving the military's ability to assess and predict human and ecological risk from contaminants of concern including but not limited to PFASs, chlorinated solvents, munitions constituents, PCBs, and PAHs. This BAA is also open to submissions relevant to Munitions Response and to Resource Conservation and Resiliency.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 29, 2019 1:03 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, VA.
ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) - ENVIRONMENTAL TECHNOLOGY DEMONSTRATIONS OPEN BAA
SOL: W912HQ-19-S-0005
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-19-S-0005/listing.html
NAICS: 541715. This notice constitutes a Broad Agency Announcement (BAA) to which businesses both large and small are encouraged to respond. This opportunity is open for approximately one year, until January 29, 2020. DoD's Environmental Security Technology Certification Program (ESTCP) is interested in receiving white papers for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding, as detailed at https://www.serdp-estcp.org/Funding-Opportunities/Open-BAA. Awardees under this BAA will be selected through a multi-stage review process consisting of a brief white paper followed by a full proposal. Specific areas of interest include the following: (1) Monitoring: Demonstration of technologies for the assessment or long-term monitoring of chemical contamination or biogeochemical indicators in soils, sediments, and water. (2) Reduction in Cost to Complete: Demonstration of innovative tools, methodologies, or technologies that can reduce the DoD's cost to complete for contaminated groundwater or aquatic sediments by improving performance assessment or optimizing treatment. Sites contaminated with PFASs, chlorinated solvents, munitions constituents, PCBs, and PAHs are of most concern. (3) Reduce Source Loading of Munitions Constituents: Demonstration of innovative tools, methodologies, or technologies that can reduce source loading of munitions constituents during routine DoD operations and demilitarization activities. (4) Stormwater Treatment. (5) Wastewater Treatment: Demonstration of innovative, energy-efficient, low-maintenance systems for decentralized treatment or recycling of wastewater on fixed installations, particularly systems that operate in an energy-neutral configuration, produce power or materials that can easily be converted into power, or are capable of generating water for potable or nonpotable re-use. (6) Risk Assessment Demonstrations focused on improving the military's ability to assess and predict human and ecological risk from contaminants of concern including but not limited to PFASs, chlorinated solvents, munitions constituents, PCBs, and PAHs. This BAA is also open to submissions relevant to Installation Energy needs, Munitions Response, Resource Conservation and Resiliency, Weapons Systems and Platforms, and innovative technology transfer approaches. Awards will take the form of contracts.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 29, 2019 1:14 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, VA.
DECOMMISSIONING SERVICES REQUIREMENTS IDIQ (PRESOL)
SOL: NIHOF201800050
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF201800050/listing.html
NAICS: 562910. THIS SOLICITATION WILL BE SET ASIDE FOR WOMAN-OWNED SMALL BUSINESS CONCERNS. The purpose of this acquisition will be to award an IDIQ Requirements Contract to obtain the services of a qualified and experienced contractor to assist DEP with facility site assessments, remediation, demolition, and general environmental related services at NIH. Primary services that are anticipated to be awarded under the resultant contract include environmental feasibility assessment, site characterizations, and remediation of identified and encountered hazards, which may be required to renovate or demolish NIH space. The primarycontaminant is largely expected to be mercury in various chemical and physical forms. Other facility-intrinsic or research-related hazards are expected to be incidentally remediated or abated in the process of addressing the mercury. Contractor is to conduct investigations and remediate possible environmental contamination and generate appropriate documentation for the NIH. All work shall be in compliance with CERCLA, the NCP, RCRA, SARA, and all other applicable federal laws, and state and local environmental regulations as identified in Appendix A of the solicitation (when it is released). The additional/incidental hazards potentially encountered will be summarized in Attachment 2 of the solicitation (when released). Furthermore, the selective demolition of facilities or other identified features might be necessary to support the remediation project. This type ofservice may be vital for remediation to occur and may require the use of heavy industrial equipment (i.e., crane) for completion. THE SOLICITATION WILL BE RELEASED ON FEBRUARY 8, 2019. There is no incumbent contractor. A preference is given to Contractors, Joint-Ventures, Partnerships and Teaming Arrangements that meet multiple services listed in the scope of the solicitation.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Jan 24, 2019 12:22 pm
SPONSOR: Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, Bethesda, MD.
PRE-SOLICITATION NOTICE FOR OIL SPILLS IN AREA CONTINGENCY PLANS (PRESOL)
SOL: 140E0118R0003
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/15ac601fec4d800fe186dd5eef9ec2a9
NAICS: 541620. The Department of the Interior, Bureau of Safety and Environmental Enforcement (BSEE), intends to competitively award a firm-fixed-price contract for "Development of Response Information for Offshore Oil Spills in Area Contingency Plans (ACPs)," for a 4-year period of performance: Base Period of Performance (Gulf of Mexico ACPs) - 26 months, Optional Task for Pacific ACP- 7 months, and Optional Task for Arctic and Western AK ACP - 13 months. The primary objectives of this contract are to develop planning materials that will improve the content of ACPs with respect to conducting an effective response to an oil spill from offshore oil and gas facilities. The development of this content will be guided by a gap assessment of the existing material that is pertinent to conducting responses in the offshore environment for each ACP. RELEASE OF THE RFP FOR THIS CONTRACT IS ANTICIPATED WITHIN THE MONTH OF FEBRUARY 2019 on FedBizOpps. Firms interested in teaming/subcontracting with a prime contractor are invited to SEND THEIR INFORMATION TO THE CONTRACTING OFFICER BY 12:00 PM ET ON FEBRUARY 11, 2019. The details of this notice are available only on FedConnect at https://www.fedconnect.net/FedConnect/?doc=140E0118R0003&
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 29, 2019 12:30 pm
SPONSOR: Department of the Interior, Bureau of Safety and Environmental Enforcement, Sterling, VA.
OB/OD AREA MILITARY MUNITIONS SITE - 04 FORMER FT. GLENN, ALASKA (PRESOL)
SOL: W911KB19R0016
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA85/W911KB19R0016/listing.html
NAICS: 562910. This notice is a pre-solicitation to advise interested contractors that a future solicitation is contemplated for Military Munitions Response Program Remedial Action for the Munitions Response Site (MRS) OB/OD Area located at Former Fort Glenn, Umnak Island, Alaska. The tasks identified in this PWS include performing a Remedial Action at the Formerly Used Defense Site (FUDS) OB/OD AREA (MRS-04), Former Fort Glenn, Umnak Island, AK, FUDS Project Number F10AK029804. The selected remedy for the OB/OD Area (MRS-04) will consist of a surface removal over the entire 337 acres (100% coverage), a focused subsurface removal to the depth of detection over 30 acres, and land use controls (LUCs) to increase awareness of potential risks through administrative and institutional controls. LUCs will cover the entire MRS-04 (337 acres). Based on the nature of the requirement, USACE - Alaska District is contemplating a firm-fixed-price contract. This notice is not a solicitation and it does not seek the submission of proposals. [NOTE: The notice does not identify an anticipated solicitation release date.]
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 30, 2019 2:46 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska.
Notices for December 31, 2018-January 27, 2019
This update contains summaries of procurement notices issued between December 31, 2018-January 27, 2019 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, or receive notification of solicitation amendments, please visit the FedBizOpps web site.
CENTRAL PLATEAU CLEANUP CONTRACT (CPCC) REVISED DRAFT RFP (SNOTE)
SOL: 89303318REM000008
DUE: 012819
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/89303318REM000008/listing.html
NAICS: 562910. DOE is releasing the CPCC REVISED Draft RFP, Solicitation No. 89303318REM000008, for advance industry feedback. EM appreciates all stakeholder feedback received to date on the End State Contracting Model (ESCM). The comments received were thoroughly reviewed, generated considerable internal discussion, and resulted in refinements to the ESCM and the CPCC RFP. DOE hereby invites all interested parties to thoroughly examine the Revised Draft RFP and the accompanying procurement website -- https://www.emcbc.doe.gov/SEB/CPCC/ -- in their entirety and to submit comments in writing CPCC@emcbc.doe.gov. Prior to issuance of the Final RFP (for which a 30-day proposal preparation period is anticipated), DOE will further consider the comments received from interested parties in response to the Revised Draft RFP. INTERESTED PARTIES WILL HAVE UNTIL JANUARY 28, 2019, TO SUBMIT COMMENTS regarding the Revised Draft RFP.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 17, 2019 3:22 pm
SPONSOR: Department of Energy, EM Consolidated Business Center, Cincinnati, OH.
F--HANFORD TANK CLOSURE CONTRACT (TCC) DRAFT RFP SECTIONS AND TASK ORDERS (SNOTE)
SOL: 89303319REM000044
DUE: 012819
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/89303319REM000044/listing.html
NAICS: 562910. INTERESTED PARTIES WILL HAVE UNTIL JANUARY 28, 2019, TO SUBMIT COMMENTS REGARDING THE DRAFT RFP SECTIONS AND TASK ORDERS.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 18, 2019 3:23 pm
SPONSOR: Department of Energy, EM Consolidated Business Center, Cincinnati, OH.
FENCE-TO-FENCE ENVIRONMENTAL SERVICES AT MOUNTAIN HOME AIR FORCE BASE, IDAHO AND MALMSTROM AIR FORCE BASE, MONTANA (SRCSGT)
SOL: PANNWD-19-P-001859
DUE: 013119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA67/PANNWD-19-P-001859/listing.html
NAICS: 541330. This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms for an upcoming requirement for environmental services for Fence-to-Fence (F2F) Environmental Services at Mountain Home Air Force Base, Idaho and Malmstrom Air Force Base, Montana. The NAICS code for this project will be 541330, small business size standard $15M. The contractor shall provide environmental services to support one or more of the following environmental compliance programs on the AF base, as needed/regulated by the Idaho Department of Environmental Quality (IDEQ), Montana Department of Environmental Quality (MDEQ), U.S. EPA, and/or other state and local regulatory agencies: Hazardous Waste (HW) Program, Hazardous Materials (HM) Program, Air Program, Storm Water Program, Natural Resources Management Program, Environmental Management System (EMS) Program, and other environmental compliance programs as necessary. This notice outlines the currently known requirements. Interested firms are invited to submit a brief (5 pages max) capabilities statement. RESPONSES MUST BE RECEIVED VIA EMAIL NO LATER THAN 2:00 PM PT ON THURSDAY, JANUARY 31, 2019. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all of the stated requirements. Associations may be as joint ventures or as key team subcontractors.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 16, 2019 11:06 am
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, WA.
MISSILE MISHAP RESPONSE TEAM (MMRT) (COMBINE)
SOL: FA8214-19-R-7001
DUE: 013119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8214-19-R-7001/listing.html
NAICS: 562211. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE to provide recovery and remediation for exercises and real world incidents involving Intercontinental Ballistic Missile (ICBM) liquid and solid propulsion assets, to include Minuteman III and Rocket Systems Launch Program rocket motors. The Government intends to solicit and award a contract for Emergency Response(ER)/Missile Mishap Response Team (MMRT) Services as required by the Air Force Nuclear Weapons Center, ICBM Systems Directorate (AFNWC/NI). Geographic support locations shall include points between Utah, Wyoming, Montana, Nevada, North Dakota, California, Idaho, Nebraska, Colorado, New Mexico, Alaska, Virginia, Florida, Oregon, Washington, Tennessee, and Hawaii. Support may require extended operations in remote, extremely hot or cold environments. Potential exercises and meetings will be held at Hill AFB, Utah. The Contractor shall be
responsible for containment, cleanup, remediation, and disposal of all hazardous waste generated during exercises or real world mishaps, whenever or wherever these assets are transported, stored, tested, and deployed. To ensure readiness, exercises are performed each year. The Contractor shall provide a response to those exercises as it would in a real-world incident. The primary responsibilities under this effort include (a) vehicle recovery to include recovery of damaged asset(s) by abnormal means; (b) explosive cleanup and remediation services; and (c) hazardous waste cleanup and remediation. Services include rapid response to incidents, positive seamless communication link, participation in development and update of readiness and response plans, and participation in training exercises. The Contractor shall accomplish complete integration with existing Air Force capabilities to include communication, breathing air, and Level A, B, C, D, and command and control management techniques. The Contractor shall also provide portable decontamination for all MMRT members and any other personnel at the site as needed. The period of performance for this contract is anticipated to be for one Base Year of five months and will include four 12-month options and one 7-month option. OFFERS MUST BE RECEIVED NO LATER THAN 4:00 PM MT ON JANUARY 31, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 11, 2019 6:29 pm
SPONSOR: Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - Hill AFB, Utah.
EXPRESSION OF INTEREST (EOI) FOR ON-SITE TREATMENT FOR ETF SECONDARY WASTE (PRESOL) [SRCSGT]
SOL: On-Site_Treatment_System
DUE: 013119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/CHG/ORP/On-Site_Treatment_System/listing.html
NAICS: 562211. Washington River Protection Solutions (WRPS) is seeking prospective contractors who are interested in and capable of providing a self-contained system for solidifying and stabilizing secondary liquid process waste from the Effluent Treatment System (ETF) located in the 200 Area at the U.S. Department of Energy's Hanford Site in southeastern Washington State. RESPONSES MUST BE RECEIVED NO LATER THAN 9:00 AM PT ON THURSDAY, JANUARY 31, 2019. See more information at https://www.hanford.gov/tocpmm/page.cfm/CurrentExpressionofInterest.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 07, 2019 12:07 pm
SPONSOR: Department of Energy, Washington River Protection Solutions, LLC, Office of River Protection, Richland, WA.
B--ASBESTOS AIR QUALITY MONITORING AND SAMPLING VA CENTRAL IOWA HEALTH CARE SYSTEM TOTAL SDVOSB SET-ASIDE PERIOD OF PERFORMANCE: 02-15-2019 TO 02-14-2024 (COMBINE)
SOL: 36C26319Q0202
DUE: 013119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/36C26319Q0202/listing.html
NAICS: 562910. THIS PROCUREMENT IS A TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE, NAICS code 562910 (Remediation Services), size standard $20.5M. The VA anticipates a single Blanket Purchase Agreement (BPA) contract award for all resources and labor necessary to complete Asbestos Air Quality Monitoring and Sampling services for VA Central Iowa Health Care System, located at 3600 30th Street, Des Moines, IA 50310. The period of performance is 02-15-2019 to 02-14-2024. Task orders will be issued against this BPA at the government's discretion based on continued need for services, contractor performance, and availability of funds in a given fiscal year for task orders. Additional requirements are listed within the solicitation documents attached to the FedBizOpps notice. Offerors are strongly encouraged to participate in the site visit scheduled by the Government for 10:00 AM CT on 01-17-2019, for an overview of potential areas for monitoring and sampling. QUOTES MUST BE RECEIVED VIA EMAIL BY THE CONTRACTING OFFICE NO LATER THAN 10:00 AM CT ON JANUARY 31, 2019.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Jan 02, 2019 2:05 pm
SPONSOR: Department of Veterans Affairs, 263 Network Contracting Office 23 (NCO 23), Sioux Falls, SD.
B--LABORATORY TESTING (WATER QUALITY TESTING/WASTE WATER, RIVER WATER, AND PIPE WATER) (SRCSGT)
SOL: N4008519R8034
DUE: 020119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008519R8034/listing.html
NAICS: 541380. The forthcoming requirement is anticipated to be issued as A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 541380, if a sufficient number of small business concerns respond to this notice with an expression of interest and a brief capabilities statement. RESPONSES MUST BE RECEIVED VIA EMAIL NO LATER THAN FEBRUARY 1, 2019. The Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic is specifically seeking HUBZone small businesses, 8(a) small businesses, service-disabled veteran-owned small businesses, woman-owned small businesses, economically disadvantaged woman-owned small businesses, or other small businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. Contractor will be required to pick up samples. The following services will be required: (1) Analyzing samples collected by EMD weekly from Camp Lejeune Waste Water Treatment Plant for Total Nitrogen; (2) Analyzing samples collected by EMD twice per month from Camp Lejeune Waste Water Treatment Plant for oil and grease; (3) Analyzing samples collected by EMD twice per month from 9 sites at Camp Lejeune New River for Chlorophyll-a; (4) Analyzing samples collected by EMD from three drinking water systems and annual analysis of one drinking water system for Total Trihalomethanes and Haloacetic Acids; (5) Analyzing samples collected by EMD monthly from 5 drinking waters systems for Explosives + PETN, Nitroglycerin, and Perchlorate; (6) Analyzing samples collected by EMD monthly from 5 drinking water systems for Volatile Organic Chemicals (VOCs) and Synthetic Organic Chemicals (SOCs); and (7) Analyzing samples collected by EMD quarterly analysis of waste water Chronic Toxicity. Analysis must be performed at a North Carolina-certified laboratory using Method Number EPA 821-R-02-014, and with EPA Method 331 or 332, as stated in the statement of work of the solicitation, when it is eventually released. The Government intends to award a firm-fixed-price type contract for a 12-month base period plus four one-year option periods. The total term of the contract, including all options, will not exceed 60 months; however, the contractor may be required to continue performance for an additional period up to six months under the "Option to Extend Services" clause. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR AFTER FEBRUARY 18, 2019, via https://www.neco.navy.mil/ .
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 22, 2019 1:40 pm
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Camp Lejeune, NC.
HAZARDOUS WASTE REMOVAL AND DISPOSAL AT VANDENBERG AFB, CA (SRCSGT)
SOL: 19-BE-023
DUE: 020519
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/19-BE-023/listing.html
NAICS: 562211. The intent of this sources sought synopsis is to identify all small business, including qualified 8(a), HUBZone, Woman-Owned small business, and Service-Disabled Veteran-Owned small businesses for a firm-fixed-price IDIQ contract for RCRA Hazardous, State-Regulated, PCBs, CGCs and Non-Hazardous Waste Transportation and Disposal for various military and Governmental activities aboard Vandenberg AFB in California and sites contiguous to the main base. Upon review of industry response to this Sources Sought, the Government will determine whether a set-aside acquisition is in the Government's best interest. The Government intends to solicit and award a firm-fixed-price IDIQ services contract under NAICS code 562211 (Hazardous Waste Treatment and Disposal), size standard $38.5M. The duration of the contract is anticipated to be for one 30-month base period from the date of initial contract award and will include one 30-month option period. Interested firms matching the categories referenced are invited to submit a brief capabilities statement package (3 pages max) demonstrating ability to perform the requested services. CAPABILITIES STATEMENTS MUST BE RECEIVED NO LATER THAN 2:00 PM ET ON TUESDAY, FEBRUARY 5, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 22, 2019 1:04 pm
SPONSOR: Defense Logistics Agency, Battle Creek, MI.
NAVAJO NATION TRIBAL SUPPORT (SRCSGT)
SOL: W912P719S0011
DUE: 020719
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACAW07/W912P719S0011/listing.html
NAICS: 562910. THIS NOTICE CONSTITUTES MARKET RESEARCH to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Woman-Owned Small Business, and Historically Black Colleges and Universities/Minority Institutions (HBCU/MI). NAICS codes 541620 (Environmental Consulting Services), size standard $15M, and/or 562910 (Remediation Services), size standard 750 employees may be used in the solicitation.The Government must ensure there is adequate competition among the potential pool of responsible contractors. Firms other than small businesses may respond to this notice in the event the market does not indicate significant small business interest. The U.S. Army Corps of Engineers (USACE), San Francisco District plans to procure professional and technical services that are required by USACE in support of the U.S. EPA program. Project sizes will generally be small (under simplified acquisition limits) and phased (one phase relying on the next phase to efficiently and adequately support available funding levels. Project types will generally include Underground Storage Tanks and associated spills but may include a larger range of environmental support projects as required by the U.S. EPA. Projects Services may include but are not limited to assessment, technical consultation, site investigation, and minor construction such as but not limited to well installation and demolition as required to complete assessment or investigation tasks. The contractor will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOWs) or performance work statements (PWSs). It is anticipated that a majority of the SOWs/PWSs will include work on tribal lands and will be required to speak the language of the tribe to enable task execution, community relations, and public outreach. The services will be used for projects within the US Army Corps of Engineers South Pacific Division boundaries, to include the states of CA, NV, UT, AZ, and NM, and portions of OR, ID, CO, and WY. The contract contemplated will include a 3-year base period and one 2-year option period, for a total contract performance period not to exceed five years. The total contract capacity is estimated at $2.5M and is a replacement for a contract that is expiring. The anticipated solicitation issuance date is in March 2019 with award in May 2019. USACE San Franciso District invites brief (5 pages max) submissions of interest and capability in response to this sources sought. RESPONSES MUST BE RECEIVED NO LATER THAN 3:00 PM PT ON FEBRUARY 7, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 07, 2019 4:20 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, CA.
LAB SERVICES BPA
SOL: FA481419TF041
DUE: 020819
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/AMC/6CS/FA481419TF041/listing.html
NAICS: 541380. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 541380. The 6th Contracting Squadron intends to enter into multiple Blanket Purchase Agreements for laboratory analysis in support of MacDill Air Force Base's Hazardous Waste Program and Solid Waste Program. The period of performance for this requirement will consist of a base year with the possibility of four additional one-year option periods, from 15 February 2019 to 14 February 2024. The contractors will provide all qualified personnel, supervision, and other items necessary to perform contracted services as stipulated in the Performance Work Statement attached to the FedBizOpps notice. The Contractors shall provide proof of certification of the laboratory by the Florida Department of Environmental Quality. INTERESTED PARTIES ARE ENCOURAGED TO EMAIL A NOTICE OF INTEREST PRIOR TO 10:00 AM ET ON FEBRUARY 8, 2019, to sun.jo.1@us.af.mil.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 25, 2019 10:35 am
SPONSOR: Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, MacDill AFB, FL.
EXPRESSION OF INTEREST (EOI) FOR OFF-SITE TREATMENT FOR ETF SECONDARY WASTE (PRESOL) [SRCSGT]
SOL: Expression_of_Interest_(EOI)_for_Off-Site_Treatment_for_ETF_Secondary_Waste
DUE: 021119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/CHG/ORP/Expression_of_Interest_(EOI)_for_Off-Site_Treatment_for_ETF_Secondary_Waste/listing.html
NAICS: 562211. THIS NOTICE IS NOT AN RFP BUT A REQUEST FOR AN EXPRESSION OF INTEREST. Washington River Protection Solutions (WRPS) is seeking prospective contractors who are interested in and capable of providing commercial services consisting of transportation, treatment, and possibly disposal of the secondary process waste generated at the Effluent Treatment Facility (ETF) located in the 200 Area at DOE's Hanford Site in southeastern Washington State. The secondary process waste ETF produces can be generated as either a liquid (a concentrated brine) or a solid (powder). It would be preferable if prospective vendors could receive the waste as both brine and powder, but if prospective vendors provide an explanation why it would be necessary for them to receive the material in only a concentrated brine or solid powder form, or if there is some overriding benefit in doing so, then WRPS may consider producing the secondary waste as only a powder or brine waste form. Based on current schedules, the new wastewater stream will need to be treated at the ETF as soon as October 2021. The planned operational period for this EOI is fiscal year 2022, beginning October 2021, through fiscal year 2033, ending September 2033. The work associated with this EOI is to (1) Provide transportation of the secondary waste as brine and powder; (2) Solidify and stabilize the brine and powder to produce a waste form in compliance with appropriate land disposal requirements; (3) Package the treated waste in containers acceptable for transportation (if necessary) and disposal; and (4) Dispose of the treated waste at an approved facility OR return the waste to the Hanford site for disposal at the IDF. The vendor shall provide a description of the method for treating the waste. The vendor shall also provide a description of the physical characteristics (internal and external dimensions, net weight and gross weight) of the packaging for the treated waste. The treated waste must meet the land disposal requirements for the site at which the waste will be deposited. QUESTIONS AND EXPRESSIONS OF INTEREST MUST BE RECEIVED NO LATER THAN NOON PT ON MONDAY, FEBRUARY 11, 2019.
See additional information at https://www.hanford.gov/tocpmm/files.cfm/EOI-Off-site_Treatment_Expression_of_Interest_2019-01-15.pdf.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 15, 2019 1:58 pm
SPONSOR: Department of Energy, Washington River Protection Solutions, LLC, Office of River Protection, Richland, WA.
BASEWIDE STORM SEWER REPAIR (COMBINE)
SOL: W91236-19-B-0007
DUE: 021219
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA65/W91236-19-B-0007/listing.html
NAICS: 237110. THIS REQUIREMENT IS SET ASIDE FOR HUBZONE CONCERNS. The project shall include a complete detailed listing of all repair line items for each pipe size, type, estimated quantities, pipe point repairs, shaping and reshaping drainage ditches, inverting new structures, and pulling edge of roadways to remove standing water to allow the water to properly flow into the drainage system. Existing data is available, however, this existing data must be thoroughly crosschecked as part of this project. Some of the storm sewer repairs and rehabilitation will be required in areas where environmental cleanup is underway. These are designated as Operable Units (OUs) and are being restored and monitored under CERCLA by DLA Richmond and the EPA. The OUs are listed on the National Priorities List and identified in a map attached to the FedBizOpps notice. All OU limits, types of contamination, estimated depths of the contamination, and any other pertinent information shall be identified to scale on the plans. Excavation and repairs needed within these areas will require preparation of specifications for work in the OUs. A site visit will be held January 25 at 10:00 AM in the Parking Lot 9 "G" Road across from Bldg. 561. RESPONSES MUST BE RECEIVED NO LATER THAN 10:00 AM ET ON FEBRUARY 12, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 09, 2019 3:37 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, VA.
ASBESTOS ABATEMENT AT PIQUA OH (COMBINE)
SOL: LMCP6707B
DUE: 021919
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/SNJV/NNSANV/LMCP6707B/listing.html
NAICS: 562910. Navarro Research & Engineering, Inc., Legacy Management Support Contractor to U.S. DOE's Office of Legacy Management, invites firms to submit a proposal for abatement subcontractor services to abate asbestos-containing material (ACM) at the Piqua, Ohio, reactor site. Abatement Subcontractor shall have a minimum of 10 years experience in performing ACM abatement. Experience shall include a minimum of three projects of similar size and complexity (multiple facilities/levels) to this project. The site is currently leased to the City of Piqua and consists of two facility structures, a decommissioned Reactor Building and an Administrative Building. The buildings are currently vacant, but were previously occupied by the city water department. The building conditions are continuing to degrade due to nonoperational utilities. Suspect mold may be present in lower levels with lack of ventilation. Insects, such as cockroaches, may be present within the structures. Lead-based paint may be present on deteriorating surfaces. Ambient air monitoring was performed in the structures in January 2018 to determine if asbestos, lead, or PCBs posed a potential inhalation exposure risk. No detectable concentration of asbestos, lead, or PCBs was found in the area air samples collected. The 4380 square foot (sf) (square footage at main level) decommissioned Reactor Building has an above-ground containment dome that extends 68 ft high and a 44-ft below-ground portion that contains an entombed thermal reactor decommissioned and buried in place in 1969. Several levels lie below the main level with varying square footages. The reactor is entirely below ground and entombed with 8-ft-thick concrete. There are no radiological exposures at the site, and routine surveillance is performed to ensure that the concrete and steel entombment structure continues to be protective of human health and the environment. The
decommissioned Reactor Building is currently used for the storage and maintenance of equipment. More site information can be found at www.lm.doe.gov/piqua/Sites.aspx. The Administrative Building consists of three stories above grade and a full basement, with floor space ranging from 5332 sf at the basement level to 355 sf at the third level for a total of 11,718 sf, including stairways. Currently, about 10 people work in the Administrative Building and Reactor Building, and the city Police Department uses portions of the Administrative Building for storage. This staff and all of their equipment and materials will be removed from the site prior to abatement commencing. Ten homogenous material groups (e.g., floor tile, pipe dope, pipe insulation) were determined to be ACM. These materials account for about 5665 sf of ACM in the Administration Building, 2500 linear ft of ACM in the Administration Building, 155 cf of ACM in the Administration Building, 1450 linear ft in the decommissioned Reactor Building, and 150 sf in the decommissioned Reactor Building. In addition, 80 linear ft of ACM (pipe insulation) exists in the outside utility vault. PROPOSALS MUST BE RECEIVED NO LATER THAN 4:00 PM ET ON FEBRUARY 19, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 14, 2019 4:10 pm
SPONSOR: Department of Energy, Navarro Research and Engineering Inc.,North Las Vegas, NV.
WATER QUALITY ANALYSIS SERVICES (COMBINE)
SOL: 1645BC-19-R-00003
DUE: 021919
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/1645BC-19-R-00003/listing.html
NAICS: 541620. THIS ACQUISITION IS A 100% TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 541620 (Environmental Consulting Services), size standard $15M. This solicitation is issued as an RFP to provide evaluation of water quality and water piping issues at the National Mine Health & Safety Academy, a division of the U.S. Department of Labor's Mine Safety & Health Administration, located at 1301 Airport Road, Beaver, West Virginia 25813. The scope of this procurement is to examine, evaluate, and analyze water quality and water piping issues at the National Mine Health and Safety Academy and provide a detailed written analysis report of actual measured levels and a plan for remediation of any contaminated areas. The main goal of this procurement is to identify the source of lead leaking in the areas where recent water quality tests determined that issues exist. The second area of concern is other piping issues throughout the facility that are likely related to the age of pipes and include pipe tuberculation. Water is often rust colored and affects laundry and plumbing fixtures. MSHA is interested in better understanding the available remedial options to deal with these types of issues. Contractor will be responsible for all labor, materials, equipment, and any incidentals to perform any examination, inspection, testing, and analysis necessary to identify lead sources and any other high-risk piping areas where failure could lead to health or environmental damage. The contractor will also be responsible for providing a detailed plan for remediation of each risk identified. The period of performance shall be within 90 days from receipt of awarded contract. PROPOSALS ARE DUE BY 5:00 PM ET ON TUESDAY, FEBRUARY 19, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 09, 2019 3:53 pm
SPONSOR: Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV).
USACE CHICAGO DISTRICT BUSINESS OPPORTUNITIES OPEN HOUSE (SNOTE)
SOL: W912P6-DistrictOpenHouse
DUE: 021519
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-DistrictOpenHouse/listing.html
NAICS: 237990. The U.S. Army Corps of Engineers, Chicago District is hosting its Business Opportunities Open House (BOOH) event on February 20, 2019, 9 AM until noon at the Chicago District Office, 231 South LaSalle Street, 16th Floor, Chicago, IL 60604. Large and small firms, nonprofit agencies, higher education institutions, and partners are invited to attend to meet District leadership, Program Managers, Project Engineers, Contracting, Small Business, and other District personnel to discuss upcoming projects, solicitations, and business opportunities. Attendees may arrive and depart any time between 9 AM and noon. Registration is mandatory for this free event by February 15 at https://www.eventbrite.com/e/usace-chicago-district-business-opportunities-open-house-registration-54659557207. State or federal government-issued identification is needed. There will be no seating and no presentations. Attendees will navigate an open space, network, and visit with district leadership and staff. The USACE is interested in meeting technically competent, responsible entities within a wide range of NAICS codes, among them 541330 (Engineering Services) and 541620 (Environmental Consulting Services).
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 10, 2019 4:24 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago.
ENVIRONMENTAL DOCUMENTS SERVICES (COMBINE)
SOL: SPE603-19-R-0504
DUE: 022219
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-19-R-0504/listing.html
NAICS: 541620. THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS, NAICS code 541620, size standard $15M. Defense Logistics Agency-Energy has issued a RFP for services to prepare environmental documents in support of DoD petroleum storage facilities in the United States, its territories, and a limited number of facilities in the DLA Energy Pacific Region, European Region, and Middle East Region. The current estimate for this contract is approximately 1-50 environmental documents each year. This includes but is not limited to developing/updating/completing Spill Prevention Control and Countermeasures Plans, Facility Response Plans, Stormwater Pollution Prevention Plans, checklists, etc. The expected period of performance is April 1, 2019 - March 31, 2023. PROPOSALS MUST BE RECEIVED NO LATER THAN 1:00 PM ET ON FEBRUARY 22, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 23, 2019 3:12 pm
SPONSOR: Defense Logistics Agency, DLA Energy, Fort Belvoir, VA.
FENCE-TO-FENCE ENVIRONMENTAL SERVICES @ BEALE AFB, CA (COMBINE)
SOL: ID07180034
DUE: 022519
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/f6a280837506084d499c9cf67cede695
NAICS: 541620. THIS IS AN OPEN-MARKET 8(A) COMPETITIVE PROCUREMENT, NAICS code 541620. Offerors shall use the GSA IT Solution Shop (ITSS) to receive the RFQ and all amendments. The Environmental Services required to support the Air Force Civil Engineer Center (AFCEC) encompasses the full range of methods, technologies, and supporting activities necessary to conduct environmental restoration/remediation, operations, and services efforts to address environmental compliance needs at Beale AFB, California, and the four geographically separated units (GSUs) at Lincoln Receiver Site (Placer County), NEXRAD Site (Butte County), Point Arena Air Force Station (Mendocino County), and Tulelake (Siskiyou County). OFFERS MUST BE RECEIVED VIA THE GSA ITSS WEB-BASED ORDER PROCESSING SYSTEM NO LATER THAN 2:00 PM CT ON FEBRUARY 25, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 24, 2019 4:14 pm
SPONSOR: General Services Administration, Federal Acquisition Service, Acquisition Operations Division/Network Services Division (7QFA), Fort Worth, Texas.
LONG-TERM MANAGEMENT AT MULTIPLE SITES AT DOBBINS AIR RESERVE BASE, GA (COMBINE)
SOL: FA8903-19-R-0020
DUE: 022519
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/18e61a7fa0dca245bde6b730f79eee53
NAICS: 562910. THIS REQUIREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE, NAICS code 562910 (size standard 750 employees). The 772 ESS/PKB intends to award a single firm-fixed-price (FFP) contract to provide long-term management (LTM) for multiple sites at Dobbins Air Reserve Base (ARB), Georgia. Specifically, the PWS attached to the FedBizOpps notice encompasses the full range of methods, technologies, and supporting activities necessary to perform long-term management of LUCs and groundwater monitoring wells, including performance of annual LUC inspections and repairs, well inspections, well
repair, well redevelopment, well characterization, and well abandonment; development of LUC reports for 9 sites; and annual groundwater monitoring well sampling at 5 sites, analyzing samples collected for fuels, metals, VOCs, SVOCs, and pesticides at Dobbins ARB in accordance with technical and regulatory requirements. PROPOSALS MUST BE RECEIVED NO LATER THAN 1:00 PM CT ON FEBRUARY 25, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 25, 2019 5:25 pm
SPONSOR: Department of the Air Force, AFICA - CONUS, JBSA Lackland, Texas.
ENVIRONMENTAL ENGINEERING PROFESSIONAL AND TECHNICAL SUPPORT SERVICES (EEPTSS) (SRCSGT)
SOL: W9133L-19-R-0037
DUE: 022519
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-19-R-0037/listing.html
NAICS: 562910. This Request for Information constitutes market research for the collection and analysis of information to determine the capabilities and capacity of contractors for the Environmental Engineering Professional and Technical Support Services (EEPTSS) program for planning purposes only. The anticipated NAICS code is 562910 (Environmental Remediation Services), size standard 750 employees. The Government anticipates a multiple-award IDIQ contract for EEPTSS for a base period of one year and four option years. The anticipated contract(s) will provide environmental services for National Guard installations across the United States and its surrounding territories in support of the Environmental Restoration Program, Environmental Quality Program, Environmental Planning Program, and Natural and Cultural Resources Program. Interested firms are invited to submit a brief (5 pages max) capabilities statement via email. RESPONSES MUST BE RECEIVED NO LATER THAN 5:00 PM ET ON FEBRUARY 25, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 25, 2019 11:28 am
SPONSOR: Department of the Army, National Guard Bureau, Operational Contracting.
ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) - ENVIRONMENTAL TECHNOLOGY DEMONSTRATIONS
SOL: W912HQ19S00003
DUE: 030719
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ19S00003/listing.html
NAICS: 541715. The ESTCP FY 2020 Solicitation was released January 8, 2019. Researchers from federal organizations, universities, and private industry can apply for ESTCP funding. All proposals must respond to a Topic Area associated with the solicitation. ESTCP projects are formal demonstrations in which innovative technologies are rigorously evaluated. ESTCP demonstrations are conducted at DoD facilities and sites to document improved efficiency, reduced liability, improved environmental outcomes, and cost savings. PRE-PROPOSALS MUST BE RECEIVED NO LATER THAN 2:00 PM ET ON MARCH 7, 2019. The following topics represent some of the areas of interest relevant to environmental remediation for which ESTCP requests pre-proposals from non-DoD entities: **Innovative Technology Transfer Approaches: It is expected that some proposed approaches will be applicable to a broad array of SERDP and ESTCP investment areas, while others will be narrowly targeted. Both types of proposals are desirable. The scope of applicability should be clear in the proposal. **Management of Contaminated Groundwater: Innovative technologies and approaches for managing sites and the associated risks where contamination will persist for a significant period of time after an initial remedy is selected are desired with particular reference to chlorinated solvents, 1,4-dioxane, energetic compounds, per- and polyfluoroalkyl substances (PFASs), or mixtures of these compounds. **Long Term Management of Contaminated Aquatic Sediments: Innovative technologies are needed that specifically address the management, risk characterization, remediation, or monitoring of sediments contaminated with PAHs, PCBs, heavy metals, or mixtures of these contaminants. **Detection, Classification, and Remediation of Military Munitions in Underwater Environments: ESTCP has particular interest in technologies that address wide-area and/or detailed survey techniques; development of standardized underwater UXO demonstration sites; cost-effective recovery and disposal methods; and management of underwater munitions sites. More information is available on the ESTCP website at https://serdp-estcp.org/Funding-Opportunities/ESTCP-Solicitations.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 08, 2019 11:39 am
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, VA.
REMOVE AND DISPOSE [OF] AQUEOUS FIRE FIGHTING FOAM (PRESOL)
SOL: W912WJ19Q0043
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ19Q0043/listing.html
NAICS: 562211. THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESS VENDORS, NAICS code 562211, size standard $38.5M. The required services -- to to provide all necessary materials, equipment, and labor to remove and dispose of aqueous fire-fighting foam (AFFF) -- shall be performed at the Cape Cod Canal Field Office, 40 Academy Drive, Buzzards Bay, MA. The period of performance for work to be completed is no later than 60 days after contract award. The U.S. Army Corps of Engineers - New England District plans to post THE SOLICITATION AND RESPONSE DATE ON FEDBIZOPPS ON OR ABOUT JANUARY 30, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 15, 2019 10:35 am
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, Concord, Mass.
R--ENVIRONMENTAL MULTIPLE AWARD (EMAC) SOLICITATION FOR ENVIRONMENTAL REMEDIATION SERVICES (PRESOL)
SOL: N6247316R8013
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247316R8013/listing.html
NAICS: 562910. THIS SOLICITATION WILL BE ISSUED AS A FIRM-FIXED-PRICE IDIQ SMALL BUSINESS SET-ASIDE. The intent is to award three to five FFP/IDIQ multiple award contracts under NAICS code 562910 (Remediation Services), size standard 750 employees. Contracts will be awarded for a base period of 24 months and two ordering periods for 18 months each for a maximum total of 5 years. The aggregate value of all task orders issued under the contracts will not exceed $240M. RELEASE OF THE SOLICITATION ON FEDBIZOPPS IS ANTICIPATED ON OR ABOUT JANUARY 30, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 22, 2019 6:52 pm
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Environmental Contract Core, San Diego, CA.
UNDERGROUND FUEL TANK REMOVALS (PRESOL)
SOL: W912DQ19R1035
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ19R1035/listing.html
NAICS: 237120. THIS PROCUREMENT IS A COMPETITIVE 100% SMALL BUSINESS SET-ASIDE under NAICS code 237120 (Oil and Gas Pipeline and Related Structures Construction). RELEASE OF THE SOLICITATION ON FEDBIZOPPS IS ANTICIPATED ON OR ABOUT JANUARY 31, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 16, 2019 12:38 pm
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, MO.
HANFORD TANK CLOSURE CONTRACT (TCC) PROCUREMENT (PRESOL)
SOL: 89303319REM000044
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/89303319REM000044/listing.html
NAICS: 562910. DOE ANTICIPATES THE RELEASE OF RFP 89303319REM000044 FOR THE TCC WITHIN 45 DAYS OF THE POSTING OF THIS NOTICE [i.e., likely AT SOME TIME IN FEBRUARY]. The TCC contractor will provide services to conduct the safe, compliant, and cost-effective operations and closure of the single-shell and double-shell tank farms on the Hanford Site. Critical scope covered under this contract includes services for the transition from the Tank Operations Contract to the TCC; operations and maintenance of the single-shell and double shell tank farms including volume management and secondary waste treatment facilities; completion of construction and operations and maintenance of equipment necessary to pretreat and feed low-level waste to the Low-Activity Waste vitrification facility; single-shell tank waste remediation and closure; and core functions to support these efforts. The new contract resulting from this acquisition will replace the Tank Operations Contract, which will expire on September 30, 2019. THIS PROCUREMENT WILL BE 100% FULL AND OPEN COMPETITION under NAICS code 562910 (Environmental Remediation Services), small business size standard 750 employees. A dedicated webpage has been established for this procurement at https://www.emcbc.doe.gov/SEB/TCC/.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 07, 2019 4:54 pm
SPONSOR: Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH.
ENVIRONMENTAL SERVICES AND REMEDIAL ACTION OPERATIONS FOR BRAC LEGACY SITES FORMER FORT DEVENS, DEVENS, MASSACHUSETTS (PRESOL)
SOL: W912WJ19R0003
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ19R0003/listing.html
NAICS: 562910. When the U.S. Army Corps of Engineers, New England District solicits for an Environmental Services Contract at former Fort Devens and the former Sudbury Training Annex on behalf of the Army under the BRAC Program, THE CONTRACT WILL BE AN IDIQ SINGLE-AWARD TASK-ORDER CONTRACT (SATOC) COMPETITIVE 8(A) ACQUISITION under NAICS code 562910, size standard 750 employees. THE GOVERNMENT ANTICIPATES ISSUING AN RFP FOR THIS REQUIREMENT IN FEBRUARY 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 18, 2019 11:44 am
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, New England.
CLEAN STEEL FRAMES AND STRUCTURES, BUILDING 2 (PRESOL)
SOL: FA875119RA002
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA875119RA002/listing.html
NAICS: 562910. THIS ACQUISITION WILL BE A TOTAL SMALL BUSINESS SET-ASIDE, NAICS code 562910, size standard $20.5M. The Contractor shall furnish all labor, equipment, devices, and materials and perform all work required to clean and remediate steel frame and related surfaces in Information Directorate (RI) Building 2, Rome, NY 13441. RI has identified structural steel and related surfaces (ductwork, piping, electrical systems, etc.) that are coated with accumulated dust, which has been sampled and analyzed for the presence of metals, PCBs, and asbestos. Elevated concentrations of metals were identified on surfaces throughout the building. All work shall be performed in accordance with all applicable OSHA standards, federal, state, and local laws, regulations, and requirements regarding worker safety while performing at RI. The anticipated period of performance is 180 days after contract award. The estimated magnitude of construction is between $500,000 and $1,000,000. Award will be a firm-fixed-price (FFP) contract resulting from a competitive negotiated RFP. THE RFP WILL BE POSTED ON FEDBIZOPPS UNDER SOLICITATION NUMBER FA875119RA002 ON OR ABOUT MARCH 1, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 23, 2019 2:10 pm
SPONSOR: Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome,
MACROENCAPSULATION (PRESOL)
SOL: N4215819RE001
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/46943838c71f5442fa94cbae3ed1e847
NAICS: 562211. The Norfolk Naval Shipyard Contracting Department, Base Support Division intends to negotiate an IDIQ contract with firm fixed provisions on an UNRESTRICTED BASIS utilizing FAR Part 12 (Acquisition of Commercial Items) in support of the Naval Nuclear Propulsion Program (NNPP) requirement for contractor services for treatment by macroencapsulation and disposal of NNPP mixed waste. The Contractor shall provide transportation services at the NNPP site's option that must be in compliance with all DOT, federal, state, and local requirements. The Contractor shall treat and dispose of NNPP components containing radioactive lead solids and painted exterior surfaces with TSCA-regulated PCBs greater than 50 ppm and RCRA heavy metals (e.g., cadmium, chromium, and lead). These components will be controlled as mixed waste. As identified in 40 CFR Part 268 Subpart D, macroencapsulation is the required treatment technology for radioactive lead solids. Treatment methods used must ensure that the final waste form meets Land Disposal Restriction standards per 40 CFR Part 268 subpart D, the Waste Acceptance Criteria and the Radioactive Material License requirements of the applicable disposal site. Contractor services are required for the disposal of NNPP TSCA-regulated PCB/Radioactive waste and PCB/Mixed waste that is amenable to direct disposal in accordance with 40 CFR Section 761.60, 61, and 62. Detailed specifications shall be set forth within the written solicitation. The period of performance for the resulting contract will be one 12-month base period and four 12-month option periods. The NAICS code for this acquisition will be 562211, small business standard $38.5M. THE RFP WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT APRIL 25, 2019, at FedBizOpps under solicitation number N42158-19-R-E001.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Jan 08, 2019 3:04 pm
SPONSOR: Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, VA.
DOE-EM MODIFICATION TO THE TANK WASTE CLEANUP CONTRACT AND RFP RELEASE TIME FRAMES FOR THE CENTRAL PLATEAU CLEANUP CONTRACT, TANK CLOSURE CONTRACT, AND THE EM NEVADA ENVIRONMENTAL CLEANUP CONTRACT (SNOTE)
SOL: EM_SPECIAL_NOTICE_TCC
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/EM_SPECIAL_NOTICE_TCC/listing.html
NAICS: 562910. In January of 2018, DOE announced its acquisitions for the post-2018 Hanford work. The Office of Environmental Management is making a change to the previously announced Tank Waste Cleanup Contract, which has been split into two separate acquisitions. The initial acquisition will be for the Tank Closure Contract (TCC) utilizing the end-state contract model announced in the special notice ("Modification to End State Contracting Model") posted December 12, 2018. The TCC will be focused on tank closure and feed delivery to the Waste Treatment and Immobilization Plant (WTP). The second acquisition to be covered in a future acquisition will be focused on WTP operations and maintenance. IT IS DOE'S INTENTION TO RELEASE THE FINAL RFPS FOR THE FOLLOWING PROCUREMENTS IN THE SECOND QUARTER OF FY 2019 in the general order listed: (1) Hanford Central Plateau Cleanup Contract; (2) Hanford Tank Closure Contract; (3) Hanford 222-S Laboratory; (4) EM Nevada Environmental Program Services; and (5) Savannah River Site Paramilitary Security Services.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Dec 31, 2018 10:58 am
SPONSOR: Department of Energy, Office of Environmental Management, Washington, DC.
Notices for December 24-30, 2018
This update contains summaries of procurement notices issued between December 24-30, 2018 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, or receive notification of solicitation amendments, please visit the FedBizOpps web site.
NORTH FLORIDA REMOVAL, TRANSPORTATION AND DISPOSAL OF RCRA HAZARDOUS WASTES, NON-RCRA WASTES IN THE STATE OF FLORIDA AND GEORGIA (SRCSGT)
SOL: 19BE034NorthFlorida
DUE: 011119
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DLA/J3/DRMS/19BE034NorthFlorida/listing.html
NAICS: 562211. The intent of this sources sought synopsis is to identify qualified 8(a), HUBZone, woman-owned, and service-disabled veteran-owned small businesses as well as large businesses for the removal, transportation and disposal of RCRA hazardous wastes, non-RCRA wastes, state-regulated wastes, non-state regulated wastes, universal wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs) located on military installations in the state of Florida and Georgia. Upon review of industry response to this sources sought synopsis, the Government will determine whether a set-aside acquisition is in the Government's best interest. The Government intends to solicit and award a firm-fixed-price IDIQ services contract. The NAICS code is 562211. The duration of the contract is anticipated to be one 30-month base period followed by one 30-month option period for a total contract life of 5 years. No solicitation is available at this time. Interested firms are invited to submit a brief capabilities statement package (3 pages max) demonstrating ability to perform the requested services. RESPONSES MUST BE RECEIVED NO LATER THAN 2:00 PM ET ON JANUARY 11, 2019.
CITE: https://www.fbo.gov/index?s=opportunity&
Posted: Dec 28, 2018 2:06 pm
SPONSOR: Defense Logistics Agency, Battle Creek, MI.
Z--ASBESTOS PROJECT MONITORING CONTRACT (PRESOL)
SOL: 36C24619R0044
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24619R0044/listing.html
NAICS: 562910. RFP 36C24619R0044 WILL BE ISSUED AS A 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE ON OR ABOUT JANUARY 10, 2019.The Veterans Health Administration, Richmond VA Medical Center (VAMC) located at 1206 Broad rock Blvd. Richmond, VA 23249 will be soliciting offers for asbestos monitoring services. The contractor shall provide all labor, material, supplies, management and supervision necessary to perform asbestos inspector and asbestos abatement project monitoring services in accordance with the terms and conditions of the contract. The Government intends to award a firm-fixed-price contract for a base period of February 1, 2019, through January 31, 2020, with four one-year renewal options. The solicitation will provide instructions to contractors about the offer submission process. Prospective contractors must be registered in System for Award Management to be eligible for award. The applicable NAICS Code is 562910 (Remediation Services), size standard $20.5M.
CITE: https://www.fbo.gov/?s=opportunity&
Posted: Dec 26, 2018 11:12 am
SPONSOR: Department of Veterans Affairs, Hampton VAMC, Richmond, VA.