Skip to main content
U.S. flag

An official website of the United States government

Dot gov

The .gov means it's official.
Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you're on a federal government site.

Https

The site is secure.
The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely.

information

We are making some changes to CLU-IN. If you have any feedback or questions, please contact us.

Share |
Connect | Archived Internet Seminars and Podcasts News Feeds (RSS) TechDirect and Newsletters
View Notices for:

Federal Contract Opportunities Update

Notices for April 6-12, 2026

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between April 6-12, 2026, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.

NOTE: SAM assigns a new URL EVERY TIME a solicitation is updated, which means the links given here will not reflect future changes. To monitor for updates, either enter the SOL at the SAM search interface or use the "Follow" icon (if a registered user).

F -- COLD BAY ALASKA GROUNDWATER MONITORING (SRCSGT)
SOL: 697DCK-26-R-00233
DUE: April 21, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Federal Aviation Administration seeks responses from qualified firms that are interested in supporting a Remedial Investigation (RI) and Remedial Action (RA), as well as conduct soil and groundwater sampling in accordance with the Alaska Department of Environmental Conservation's August 2024 Field Sampling Guidance, and Site Characterization Work Plan and Reporting Guidance for Investigation of Contaminated Sites (ADEC March 2017) at Cold Bay in Alaska. The selected contractor will be responsible for providing all travel, labor, equipment, and supplies necessary to perform RI and RA activities across twelve areas of concern, including ten former underground storage tank sites requiring excavation to a depth of 15 feet and two surface spill locations, one involving a historical oil leak near Building 416 containing low-level PCBs and another involving staining from a leaking drum of used oil. All work must minimize environmental impacts such as air, land, and water pollution, as well as noise and dust, and must fully comply with all applicable federal, state, and local laws, codes, regulations, and guidance. The contractor will also be required to obtain necessary permits and clearances, prepare and enforce Site Health and Safety Plans, ensure personnel safety, and document site conditions and activities through photographs. Soil remediation efforts will include managing large excavations and stockpiles and analyzing samples for Arctic diesel fuel, while groundwater monitoring will involve sampling 31 wells using low-flow techniques and conducting laboratory analysis. Purged groundwater must be treated with granular activated carbon and tested for PFAS. Additionally, precise surveying of all relevant locations is required, and contractor personnel must meet training requirements for airport access, First Aid/CPR certification, and hazardous waste management in accordance with EPA standards. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM CDT ON APRIL 21, 2026.
CITE: https://sam.gov/workspace/contract/opp/d1e1f99976214654b50e8bf3521c0f19/view
Posted: April 10, 2026
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX

F -- RALSTON ISLAND, AK REMEDIAL ACTION AND GWM (SRCSGT)
SOL: 697DCK-26-R-00235
DUE: April 21, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Federal Aviation Administration seeks responses from qualified firms interested in performing remediation and sampling of contaminated soil and groundwater at the former FAA Range location on Ralston Island, Alaska. The work consists of preparing a work plan for soil remediation, groundwater monitoring, and soil sampling in accordance with the Alaska Department of Environmental Conservation's (ADEC) August 2024 Field Sampling Guidance and Site Characterization Work Plan and Reporting Guidance for Investigation of Contaminated Sites (ADEC March 2017), as well as conducting associated field activities. The selected contractor will be responsible for providing all labor, equipment, materials, and permits necessary to perform the work in compliance with applicable federal, state, and local laws, regulations, and guidance, while minimizing environmental impacts, including air, land, surface water, groundwater, noise, and dust. The contractor will be required to obtain all necessary environmental permits and clearances; maintain an active Health and Safety Program; prepare and enforce Site Health and Safety Plans; ensure personnel protection; and maintain on-site staff certified in First Aid/CPR during operations. The contractor will also be responsible for waste characterization in accordance with Resource Conservation and Recovery Act (RCRA) requirements, including proper storage, manifesting, transportation, disposal, and documentation of all wastes, with potential co-generator responsibilities with the FAA. Soil sampling and remediation will include background sampling, application of ADEC Technical Memorandum 21-001 requirements where applicable, and excavation and removal of approximately 300 cubic yards of diesel-range organics (DRO)-contaminated soil at a primary spill site with shallow groundwater and bedrock conditions. Groundwater monitoring will include sampling six existing monitoring wells for DRO prior to remedial action, with the understanding that one well at the primary excavation site may be removed during work and will not require replacement. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM CDT ON APRIL 21, 2026.
CITE: https://sam.gov/workspace/contract/opp/6a28c6f0ddba412eada459069a621ec9/view
Posted: April 10, 2026
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX

F -- COMBAT ARMS INSPECTION AND CLEANING SERVICES (COMBINE)
SOL: FA461326Q1004
DUE: April 23, 2026
NAICS: 562910. THIS IS AN 8(A) SET ASIDE. The U.S. Department of the Air Force, Air Force Global Strike Command, seeks a contractor to provide all management, tools, supplies, equipment, labor, and transportation necessary (including High Efficiency Particulate Air (HEPA) vacuums, power washers, waste containers/barrels, cleaning solutions/other cleaning materials, and other items/services) to perform range cleaning and inspection services at F.E. Warren Air Force Base in Wyoming. The Contractor shall provide two (2) inspection and cleaning services that are coordinated at least 30 days in advance; unscheduled cleaning will not be a provision of this contract. The Contractor must provide a list of all personnel completing the service (including subcontractors) no later than ten (10) business days prior to the scheduled cleaning. All personnel must present documentation meeting REAL ID requirements for base access, such as a valid passport or REAL ID-compliant state-issued driver's license, as well as vehicle registration and proof of insurance for each vehicle that will be used on base. A site visit has been scheduled for April 16, 2026, at 9:00 AM MST; registration is required by April 14, 2026. The award will be a Firm Fixed-Price contract. OFFERS ARE DUE BY 10:00 AM MST ON APRIL 23, 2026.
CITE: https://sam.gov/workspace/contract/opp/47470647637e4da7b0559ab249a0835e/view
Posted: April 7, 2026
SPONSOR: U.S. Department of the Air Force, Air Force Global Strike Command, FE Warren AFB, WY

F -- ENVIRONMENTAL REMEDIATION SERVICES TOOELE ARMY DEPOT, UTAH (SRCSGT)
SOL: W9124J-26-R-EE04
DUE: April 27, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of the Army intends to award a firm-fixed-price Single Award Indefinite Delivery/Indefinite Quantity (SA ID/IQ) contract to provide environmental remediation services for multiple sites located at the Tooele Army Depot North Area and the Tooele Army Depot South Area in Utah, collectively referred to as TEAD. Work to be accomplished includes, but is not limited to, conducting required environmental remediation services for which the Army is statutorily responsible; addressing any and all environmental, explosive safety, scheduling, and regulatory issues; and assuming contractual liability and responsibility for the achievement of all the contract deliverables. All the contamination associated with these sites shall be addressed, including any that has migrated off the installation. Based on TEAD site histories, there is a potential for the presence of Chemical Warfare Materiel (CWM) and Munitions and Explosives of Concern (MEC) on TEAD Munitions Response Sites (MRSs). However, contact with CWM or MEC is not expected during the performance of the requirements of this contract. CAPABILITY STATEMENTS ARE DUE BY 11:00 AM ON APRIL 27, 2026.
CITE: https://sam.gov/workspace/contract/opp/f1d48da96025439abdae1bc96004d657/view
Posted: April 10, 2026
SPONSOR: U.S. Department of the Army, ACC, Mission and Installation Contracting Command, FDO Sam Houston, TX

F -- SOLICITATION; FA890326R0019; OPTIMIZED REMEDIATION CONTRACT AT FAIRCHILD AIR FORCE BASE, WASHINGTON (SOL)
SOL: FA890326R0019
DUE: May 6, 2026
NAICS: 562910. THIS IS AN 8(A) SET ASIDE. The U.S. Department of the Air Force, Air Force Materiel Command, requires a contractor to perform environmental remediation activities at Fairchild Air Force Base (AFB) in Washington State under an Optimized Remediation Contract. The range of activities includes investigation, design, construction of remedial systems, operation and maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at thirteen (13) Installation Restoration Program (IRP) sites. OFFERS ARE DUE BY 5:00 PM CDT ON MAY 6, 2026.
CITE: https://sam.gov/workspace/contract/opp/71c0da1123e14035a9362041544b82ab/view
Posted: April 6, 2026
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, AF Installation and Missions Support Center, JBSA Lackland, TX

F -- EIGHTEEN MILE CREEK SATOC (SOL)
SOL: W912DQ26RA031
DUE: May 26, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Northwestern Engineer Division, requires recurring remedial action efforts at the Eighteen Mile Creek Superfund Site, Operable Unit 1 (OU1), OU2, and OU4, in Niagara County, New York. The overall objective is to perform excavation and transportation and disposal of lead-contaminated soil that exceeds the Record of Decision (ROD) specified cleanup levels. The award will be a Single Award Task Order Contract (SATOC). The SATOC will provide the Government with a continuity of personnel and institutional knowledge for developing a streamlined response and flexible vehicle for cost-effective soils remediation. It may require, but is not limited to, designs, interim actions, remedial actions, short-term operation and maintenance, laboratory management, reports, and any other actions necessary to implement the soils remedy at the site. OFFERS ARE DUE BY 2:00 PM CDT ON MAY 26, 2026.
CITE: https://sam.gov/workspace/contract/opp/4eff4fc4f7df4fe6a51bfbfa6e21daed/view
Posted: April 7, 2026
SPONSOR: U.S. Army Corps of Engineers, Northwestern Engineer Division, Kansas City District, Kansas City, MO