Federal Contract Opportunities Update
Notices for October 27-November 2, 2025
SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between October 27-November 2, 2025, 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 -- DSCR BUILDING 98 PAINT STRIPPING (SRCSGT)
                        
                    SOL: SP470326R0002
 DUE: November 11, 2025
 NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Defense is seeking responses from qualified contractors interested in providing lead removal services at its Defense Supply Center in Richmond, VA. Work includes stripping lead-based paint from the ceiling of Building 98, which is peeling and posing a hazard to workers. Specifically, the contractor shall mobilize by delivering necessary equipment (e.g., scaffolds, lifts, safety gear) and by setting up ventilation to ensure proper airflow, filtration, and decontamination. The work area shall be isolated with barriers and protective coverings to contain debris and prevent lead exposure. Lead paint abatement shall be performed using mechanical methods only - no chemical strippers - and all personnel must wear appropriate PPE. All lead-containing debris and hazardous waste shall be collected and disposed of off-site in accordance with EPA requirements. Upon completion, a third-party clearance test shall confirm decontamination, and all contaminated materials (e.g., tarps, HEPA filters, PPE) shall be properly discarded. Post-abatement test results shall be provided to the Project Manager or Contracting Officer Representative. RESPONSES TO THIS SOURCES SOUGHT NOTICE ARE DUE BY 11:59 PM EST ON NOVEMBER 11, 2025. 
                        CITE: https://sam.gov/workspace/contract/opp/434ef85dca7f4317a463386a1ec25fd5/view
                        Posted: October 29, 2025
                        SPONSOR: U.S. Department of Defense, Defense Logistics Agency, Defense Supply Center, Richmond, VA
F -- EPA WATER RFP (SNOTE)
                        
                    SOL: 68HE0925R0015
 DUE: November 14, 2025
 NAICS: 541620. Due to the complexity of the questions received in response to the RFP, the U.S. Environmental Protection Agency (EPA) anticipates providing answers no later than Wednesday, November 5, 2025. EPA also expects to issue the first amendment to this RFP by that date, which will extend the proposal due date by at least two (2) additional weeks. This solicitation is a full and open competition for the Water Assistance Technical Emergency Response (WATER) contract. The purpose of this contract is to provide services that support EPA in carrying out its responsibilities under the Clean Water Act (CWA) and the Safe Drinking Water Act (SDWA). Under this contract, the contractor will assist EPA in fulfilling these responsibilities within the assigned region(s) and, as needed, provide backup, cross-regional, and national response support. The contractor must be prepared to deliver scientific and technical assistance during EPA's water-related emergency responses and to support water program activities during routine operation. For each assigned task, the contractor shall provide qualified personnel with current credentials and certifications, along with all necessary supplies, materials, tools, and equipment to complete the work. Unless otherwise specified, these activities will support the entire water sector, including drinking water systems (sources, pumping, storage, treatment, and distribution); wastewater systems (collection, treatment, storage, and discharge); and stormwater systems (conveyance, storage, and as-needed treatment). The technical requirements under this Statement of Work (SOW) include response, preparedness and prevention, assessment and evaluation, technical support, data management, and training. 
                        CITE: https://sam.gov/workspace/contract/opp/3af84ba1a3064ad0a9c277950cbbda01/view
                        Posted: October 30, 2025
                        SPONSOR: U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA
F -- LIBBY ASBESTOS SUPERFUND SITE RESPONSIBLE PARTY OVERSIGHT, PROPOSED PLAN, RECORD OF DECISION (PRESOL)
                        
                          SOL: W9128F26RA045
 NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT OCTOBER 8, 2025, IT WILL BE COMPETED AS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers, Omaha District, intends to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision, Libby Superfund Site, Libby, Montana. Libby is a community in northwestern Montana that is located near a large open-pit vermiculite mine (Operable Unit [OU3). Vermiculite from the mine at Libby is known to be contaminated with amphibole asbestos (tremolite-actinolite series). The considered effort for this solicitation will be to provide responsible party (PRP) oversight for completion of a PRP-led Feasibility Study and complete a Proposed Plan and Record of Decision on behalf of EPA Region 8. The Feasibility Study effort will use data previously collected to complete a detailed and complex analysis of the information produced by the PRP for identification and screening of technologies; process option evaluation; and development, screening, and detailed analysis of alternatives, including cost estimating. After the Feasibility Study is released and public comment has been considered, the EPA and its partners will select a remedy for OU3. The Proposed Plan and Record of Decision will document the remedy selection. A formal solicitation, which will be executed using a Cost-Plus-Fixed-Fee pricing arrangement with a performance period of 36 months from the date of award, will be issued no sooner than 15 days from the publication date of this announcement. There is no solicitation at this time. 
                        CITE: https://sam.gov/workspace/contract/opp/a1389884e3b54fc58ab710a975441374/view
                        Posted: October 28, 2025
                        SPONSOR: U.S. Army Corps of Engineers, Engineer Division Northwestern, Omaha District, Omaha, NE
                    