Federal Contract Opportunities Update
Notices for January 12-18, 2026
SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between January 12-18, 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 -- TAR LAKE SUPERFUND (SF) (SRCSGT)
SOL: PANGLR-26-P-0000028080
DUE: January 28, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers Detroit District is seeking qualified firms that are interested in providing construction services for environmental remedial excavation, biosparge system installation, and environmental remedial monitoring at a Superfund site in Mancelona Township, Michigan. The work includes developing an EPA-approved Quality Assurance Project Plan, mobilizing to the project site, excavating approximately 215,000 tons of contaminated soil with temporary shoring, backfilling with clean imported soils, and installing 28 new biosparge wells and an approximately 160 square foot pre-engineered structure to house the compressors. Ancillary activities include abandoning existing groundwater monitoring wells, installing new groundwater monitoring wells, installing erosion control measures, conducting a utility survey to locate existing biosparge system piping, confirmation soil sampling, and site restoration. The place of performance will be located in Mancelona Township, Antrim County, Michigan. The anticipated performance period for this requirement is approximately 1,080 calendar days, and the contract is expected to be solicited during the third quarter of calendar year 2026. Interested companies with relevant experience are encouraged to respond by providing descriptions of three projects, completed or substantially completed within the past ten years, that are similar in size, scope, and dollar value, and for which the contractor served as the prime contractor. The project examples should demonstrate the contractor's capabilities in contaminated soil excavation, biosparge system construction, and environmental monitoring. RESPONSE ARE DUE BY 2:00 PM EST ON JANUARY 28, 2026.
CITE: https://sam.gov/workspace/contract/opp/cb5fe136e93f405ebca15b5fd456d07f/view
Posted: January 13, 2026
SPONSOR: U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Detroit District, MI
SOURCES SOUGHT MARKET SURVEY - ASBESTOS ABATEMENT - QKK AIR ROUTE SURVEILLANCE RADAR SITE - KOKE'E STATE PARK, KAUAI HI (SRCSGT)
SOL: 6973GH-26-R-45729
DUE: January 30, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S.
Department of Transportation, Federal Aviation Administration, requires a contractor for the planning and execution associated with the QKK (Koke'e) Asbestos Abatement Project at the Radar site located within Koke'e State Park in Kauai, Hawaii. Asbestos testing was completed in May 2025 confirming multiple areas with 3-7% chrysotile in buildings 1, 5 and 10. The project scope includes asbestos abatement in identified areas, restoration of select areas using non-asbestos materials to match existing conditions, replacement of select building components, and proper cleanup and disposal of all project waste. The contractor is responsible for temporary services and compliance with all facility access and safety requirements. RESPONSES ARE DUE BY JANUARY 30, 2026.
CITE: https://sam.gov/workspace/contract/opp/20d96f00498e449f82b2380789d4c8ea/view
Posted: January 14, 2026
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 6973GH Franchise Acquisition Services, Oklahoma City, OK
F -- GROUNDWATER PUMP AND TREATMENT SYSTEM OPERATION SEMI-ANNUAL GROUNDWATER MONITORING (FY26) (COMBINE)
SOL: W911QY-26-R-GROUNDWATER
DUE: January 30, 2026
NAICS: 562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Army Contracting Command -- Aberdeen Proving Ground, Natick Division, requires a contractor to provide environmental remediation services. These services include operation of the groundwater pump-and-treat system and semiannual groundwater monitoring at three sites: NRDEC-05, NRDEC-11, and NRDEC-16. The sites are located at the U.S. Army Soldier Systems Center (SSC) in Natick, Massachusetts. The SSC was placed on the National Priorities List (NPL) on May 31, 1994, primarily due to detections of chlorinated solvents in groundwater. A pilot groundwater extraction and treatment system was initiated in 1998. The three groundwater sites are within the footprint of the 78-acre SSC installation and contain groundwater contaminated with trichloroethylene (TCE), tetrachloroethylene (PCE), or a combination of both. All three sites are currently treated using the same pump-and-treat technology at a single treatment facility under one Record of Decision and are in Remedial Action-Operation (RA-O) status. At this time, all other known areas of sediment and soil contamination at the installation have been remediated. Work may include, but is not limited to, site investigation, site characterization, evaluation of remedial alternatives, remedial design, remedial construction, remediation of contaminated sites, remedial action operations, and long-term management. The Government intends to award a single firm-fixed-price (FFP) contract to the offeror whose proposal represents the best value to the Government. The anticipated period of performance is five (5) years. Reporting for RA-O and/or long-term monitoring requirements shall be completed no later than six months after the end of the period of performance for the applicable CLIN(s). OFFERS ARE DUE BY 12:00 PM ON JANUARY 30, 2026.
CITE: https://sam.gov/workspace/contract/opp/ffbe229905cb4b1ebaa5974a0d00a15e/view
Posted: January 16, 2026
SPONSOR: U.S. Department of the Army, Army Materiel Command, Army Contracting Command, Natick, MA
F -- 2-BACA_1-HAYSTACK SDV (SOL)
SOL: 140A0926Q0006
DUE: February 2, 2026
NAICS: 562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE (SPECIFIC TO THE DEPARTMENT OF INTERIOR AND INDIAN HEALTH SERVICES). The Bureau of Indian Affairs (BIA) Navajo Regional Office (NRO), Branch of Environmental Management (BEM), is initiating a remediation and restoration project for three former sheep dip vat sites located in Prewitt, New Mexico, under the jurisdiction of the Baca Chapter. The purpose of this project is to eliminate environmental hazards associated with these abandoned sheep dip vats and restore the affected areas to their natural condition. The selected contractor will be responsible for performing comprehensive site assessments, remediation of contaminated materials, and restoration activities. This includes removal of all remaining structures and remnants of the vats, excavation and proper disposal of contaminated soils, and final site restoration through backfilling and reseeding with a native plant species mix consistent with surrounding undisturbed areas. These sites have been identified on the Navajo Nation Brownfields Inventory and are known to contain toxaphene contamination in soil and potentially in water. Due to the potential persistence of regulated contaminants in soil, BEM is requesting that the entire site be resampled to confirm that no hazardous substances remain. Historically, sheep dip vat operations have been associated with various regulated chemicals; therefore, comprehensive sampling is necessary to identify and address any contaminants requiring cleanup. The period of performance shall be 120 calendar days from the issuance of the Notice to Proceed. OFFERS ARE DUE BY 4:00 PM MST ON FEBRUARY 2, 2026.
CITE: https://sam.gov/workspace/contract/opp/b2a6e49273e74ea0b49421a9352c2b0b/view
Posted: January 20, 2026
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM
C -- N4008526R0051 EV32 BETHPAGE SITE 1 AND SITE 4 OM AND M OF SITE 1 AND SITE 4 ON PROPERTY REMEDIAL SYSTEMS (SOL)
SOL: N4008526R0051
DUE: February 17, 2026
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of the Navy, Naval Facilities Engineering Systems Command, requires a contractor to perform long-term environmental operations, maintenance, and monitoring of the Site 1 and Site 4 remediation systems at the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contractor will perform Operations, Maintenance & Monitoring (OM&M) of the Site 1 Soil Vapor Extraction System (SVE) and cap, and the Site 4 biosparge system, in accordance with approved operations and monitoring plans, coordinate with NWIRP and state regulators, and submit a final report at the end of the performance period. Site 1 addresses soil vapor contamination primarily from chlorinated solvents, particularly TCE, as well as certain metals and PCBs, through continued operation of the SVE system and monitoring to protect nearby properties, while Site 4 focuses on groundwater and subsurface soil contamination associated with former underground storage tanks, using a biosparge system supported by prior steam injection activities. The award will be a firm-fixed-price contract with a 12-month period of performance with options to extend work for up to a total of 54 months. OFFERS ARE DUE BY 2:00 PM EST ON FEBRUARY 17, 2026.
CITE: https://sam.gov/workspace/contract/opp/908a041da59e48b4b03caa64841c52bf/view
Posted: January 15, 2026
SPONSOR: U.S. Department of the Navy, Naval Facilities Engineering Systems Command, Mid-Atlantic Command, Norfolk, VA
SYNOPSIS OF SOLICITATION; FA890326R0001; MISSISSIPPI OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MS AND KEESLER AIR FORCE BASE, MS (PRESOL)
SOL: FA890326R0001
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A SECTION (8)A SET ASIDE. The U.S. Department of the Air Force's 772d Enterprise Sourcing Squadron intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price contract for Optimized Remediation Services at Columbus Air Force Base and Keesler Air Force Base, both in Mississippi. The range of activities will include investigation, design, and 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 at 17 Installation Restoration Program (IRP) sites. Remediation activities at Columbus AFB are being conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA) and the National Oil and Hazardous Substances Contingency Plan (NCP). Remediation activities at Keesler AFB are being conducted pursuant to Resource Conservation and Recovery Act (RCRA) requirements. The Air Force requires that all sites be remediated to standards that allow for the current or reasonably anticipated future land use of the property. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/e69b1b552d74414587d5ca8f49f2ccef/view
Posted: January 13, 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 (PRESOL)
SOL: W912DQ26RA031
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS
SET ASIDE. The U.S. Army Corps of Engineers plans to issue a solicitation for a Single Award Task Order Contract (SATOC) to support recurring remedial action efforts at Operable Units 1, 2, and 4 of the Eighteen Mile Creek Superfund Site in Niagara County, New York. The overall objective is to perform excavation, transportation, and disposal of lead-contaminated soil that exceeds the Record of Decision (ROD)- specified cleanup levels. This notice does not constitute a commitment on the part of the Government to award a contract. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/b30c6649866b4c6b8a6a2ef5ee2d764a/view
Posted: January 14, 2026
SPONSOR: U.S. Army Corps of Engineers, Engineer Division Northwestern, Kansas City District, Kansas City, MO
