<?xml version="1.0"?>
<rss version="2.0">
	<channel>
		<title>CLU-IN Federal Contract Opportunities Update</title>
		<link>http://www.clu-in.org/fedbizopps/</link>
		<language>en-us</language>
		<description>CLU-IN Federal Contract Opportunities notices contain summaries of procurement notices issued the previous week that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics. If you would like to search for additional current and archived notices, or receive notification of solicitation amendments, please visit the Beta.SAM Contract Opportunities website at https://beta.sam.gov/ . For a complete list of RSS feeds available on CLU-IN, please visit http://www.clu-in.org/rss/about/ .</description>
		<copyright>Information presented is considered public information and may be distributed or copied. The U.S. Government retains a nonexclusive, royalty-free license to publish or reproduce these materials, or allow others to do so, for U.S. Government purposes. These materials may be freely distributed and used for non-commercial, scientific, and educational purposes. Commercial use of the materials available from this server may be protected under U.S. and Foreign Copyright Laws.</copyright>
		
		<lastBuildDate>Tue, 21 Apr 2026 22:03:41 GMT</lastBuildDate>
		
		
  
			
			<item>
				<title>F -- LIBBY ASBESTOS SUPERFUND SITE RESPONSIBLE PARTY OVERSIGHT, PROPOSED PLAN, RECORD OF DECISION (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9128F26RA045&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers, Omaha District, seeks a contractor to provide Responsible Party Oversight, oversight of the Feasibility Study (FS) process, and, as an optional task, prepare a Proposed Plan (PP) and Record of Decision (ROD) to document the remedy selection process for OU3 at the Libby Superfund Site in Libby, Montana. Libby is a community in northwestern Montana located near a large open-pit vermiculite mine (Operable Unit [OU3]). Vermiculite from the Libby mine is known to be contaminated with amphibole asbestos (tremolite-actinolite series). Oversight of the FS process will include project management, planning, reporting, and technical support to independently evaluate PRP-led technology screening, alternatives analysis, and overall FS completeness and consistency with the Libby sitewide FS format. Oversight will ensure integration of prior agreements, workshop outcomes, risk management, health and safety requirements, cost estimating, and relevant historical data and interagency inputs. Oversight of Feasibility Study process will also encompass coordination and facilitation of an iterative interagency review and comment process, including workshops to resolve comments with EPA and participating agencies. If the option to prepare a PP and ROD is exercised, the work will include documenting remedy selection for OU3 in accordance with EPA guidance. The work will support EPA&apos;s CERCLA and NCP public participation requirements, including development of outreach materials, facilitation of public meetings, and preparation of public comment responses and the responsiveness summary. The award will be a Cost-Plus-Fixed-Fee pricing arrangement contract with a performance period of 36 months from the date of award. OFFERS ARE DUE BY 12:00 PM CST ON FEBRUARY 23, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/35bd8d4b96e8468e8cb36e617f3d348b/view"&gt;https://sam.gov/workspace/contract/opp/35bd8d4b96e8468e8cb36e617f3d348b/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 23, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Northwestern Engineer Division, Omaha District, NE</description>
                   <pubDate>Fri, 23 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1993</link></item>
			
			<item>
				<title>F -- NNETTE ISLAND, AK REMEDIAL INVESTIGATION (RI) AND REMEDIAL ACTION (RA) FOR SITE 51 AND 53 (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00129&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 9, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Federal Aviation Administration (FAA) seeks responses from SBA-certified 8(a) small disadvantaged businesses with relevant experience to assess the market interest in advance of a future solicitation. Work includes performing remedial investigations and remedial actions at the FAA Storage Yard and Former Housing Area at the former FAA Station on the Annette Island Reserve in Alaska. The work will be conducted in a remote environment under the authority of the Metlakatla Indian Community (MIC). It will require demonstrated experience working with MIC Environmental Council regulations and local permitting requirements. The project includes investigation and remediation of petroleum, lead, PCBs, and asbestos in soil and groundwater; vegetation clearing and excavation; groundwater well installation; waste management; and extensive logistical planning due to limited transportation, communications, and laboratory access. Field activities are anticipated for the Spring/Summer 2026 season. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM ON FEBRUARY 9, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/7e79e2e66fff451fbdba8825a6ff0106/view"&gt;https://sam.gov/workspace/contract/opp/7e79e2e66fff451fbdba8825a6ff0106/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 29, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Thu, 29 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1995</link></item>
			
			<item>
				<title>F -- REMOVAL OF LEAD PAINT AND PAINTING MOORING (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;PANGLR26P0000029240&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 16, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers (USACE), Detroit District, is conducting market research to identify firms capable of providing professional industrial hygiene services and lead-based paint abatement, disposal, and repainting of mooring buttons and cleats at the St. Mary&apos;s Falls Canal in Sault Ste. Marie, Michigan. The anticipated work includes oversight and air monitoring during abatement, removal, and disposal of lead-containing paint from approximately 339 mooring buttons and associated cleats using approved methods, and subsequent priming and repainting in accordance with specified coatings and standards. The project is expected to be completed within approximately six months after award, with a solicitation anticipated in late February or early March 2026. COMPLETED QUESTIONNAIRES ARE DUE BY 3:00 PM EST ON FEBRUARY 16, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d1c76bc702d5441c869d29df493a0118/view"&gt;https://sam.gov/workspace/contract/opp/d1c76bc702d5441c869d29df493a0118/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 2, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Detroit District, Detroit, MI</description>
                   <pubDate>Mon, 2 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1996</link></item>
			
			<item>
				<title>F -- FORMALLY UTILIZED SITES REMEDIAL ACTION PROGRAM (FUSRAP) SHALLOW LAND DISPOSAL AREA (SLDA) REMEDIATION PROJECT (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912P426RA003&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 13, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers, Buffalo District, seeks a contractor for a C-type hybrid contract containing both cost-reimbursable and firm-fixed-price line items to provide remediation services for the Formerly Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project addresses environmental remediation needs at the SLDA Site in accordance with the approved Record of Decision and is critical to ensure the safety of site workers, the public, and the surrounding ecosystem. The selected contractor will furnish all labor, equipment, materials, and technical services required to support site mobilization, infrastructure upgrades, excavation and off-site disposal of contaminated soil and debris, operation of on-site laboratories and water treatment systems, environmental and health physics monitoring, confirmation sampling, site restoration, and demobilization, and will provide ongoing technical support to USACE using the established hazardous, toxic, and radioactive waste remedial action work breakdown structure. OFFERS ARE DUE BY 1:00 PM EDT ON MARCH 13, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/94b65632e845413c92f31eff5ab3b1b1/view"&gt;https://sam.gov/workspace/contract/opp/94b65632e845413c92f31eff5ab3b1b1/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 30, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Buffalo District, Buffalo, NY</description>
                   <pubDate>Fri, 30 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1997</link></item>
			
			<item>
				<title>F -- CONSTRUCT REPOSITORY COVER TO SUPPORT THE CALLAHAN MINE SUPERFUND SITE IN BROOKSVILLE, MAINE (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912WJ26BA008&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 2, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to construct a repository cover to support the Callahan Mine Superfund Site in Brooksville, Maine. The general scope of work for the proposed contract involves installing a composite cap over an area of approximately 13 acres. The purpose of the cap is to limit infiltration through mine waste remaining after historical copper mine operations performed on the property. The mine waste consists of rock and rock-amended sediment previously consolidated and graded as part of recent and ongoing Superfund remediation activities. The expected components of the composite cap include (in order from the surface): 12 inches crushed stone (3-inch minus), geocomposite drainage layer, 60-mil textured geomembrane (seam welded), and geofabric. Other activities to be performed under this contract may include installation of drainage features (e.g., swales, culverts, etc.), grading, seeding and stabilization of disturbed areas outside stone cover system, stockpile management, and wetland improvements. OFFERS ARE DUE BY 1:00 PM EST ON MARCH 2, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/a5545aae062343d7a1d7b391dd6a5156/view"&gt;https://sam.gov/workspace/contract/opp/a5545aae062343d7a1d7b391dd6a5156/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 29, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, North Atlantic Engineer Division, New England District, Concord, MA</description>
                   <pubDate>Thu, 29 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1998</link></item>
			
			<item>
				<title>F -- 509 SFS RANGE CLEANING (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA462526Q1019&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force, Air Force Global Strike Command, requires a contractor to perform copper and hazardous waste decontamination, cleanup, removal and disposal from the Combat Arms 25-meter firing range in Building 1235 at Whiteman Air Force Base in Missouri. The contractor shall remove copper dust and all debris (hazardous and nonhazardous) from the range floor, firing platform, backstop plates and behind the bullet trap. When needed, the 55-gallon &quot;skinny&quot; barrels from the Dust Collection Unit (DCU) and Auger system will be removed, disposed of, and replaced with a new barrel. The contractor shall also provide new 55 gal &quot;skinny&quot; barrels as needed, but no less than twice a year, and replace the DCU filters. The use of an explosion-proof, HEPA-filtered vacuum is required to remove heavy accumulations of lead dust and nitro cellulose. OFFERS ARE DUE BY 10:00 AM CST ON FEBRUARY 23, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d2613c6ae2864a9a9ba9fe5ec4fca58a/view"&gt;https://sam.gov/workspace/contract/opp/d2613c6ae2864a9a9ba9fe5ec4fca58a/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Global Strike Command, Whiteman AFB, MO</description>
                   <pubDate>Fri, 6 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2000</link></item>
			
			<item>
				<title>F -- HAZARDOUS MATERIALS CONSULTING &amp; ASBESTOS CONTAINING MATERIALS (ACM) COMPREHENSIVE SURVEY SERVICES (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;SS26-06&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 20, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541620. THIS IS A SOURCES SOUGHT NOTICES FOR MARKETING RESEARCH PURPOSES ONLY. The National Institute of Standards and Technology seeks interested contractors that are qualified to provide on-call hazardous materials consulting and comprehensive asbestos containing materials (ACM) survey services at the NIST Gaithersburg Campus in Maryland. Work will include routine and emergency asbestos bulk sampling, air monitoring, clearance inspections, negative exposure assessments, spill response for small-scale ACM disturbances, and review of construction scopes for ACM impacts, in compliance with applicable EPA, OSHA, and State of Maryland (COMAR) requirements. Services also include lead-containing materials sampling, industrial hygiene and occupational health and safety support (including mold investigations), asbestos and safety training, cost estimating and project monitoring for abatement activities, and maintenance of detailed electronic records. The contractor shall implement and maintain a comprehensive, expandable HAZMAT database to track hazardous materials inventories, locations, testing results, abatement history, risk prioritization, and associated documentation, and provide required reports, work plans, training, and coordination with NIST throughout the performance period. CAPABILITY STATEMENTS ARE DUE BY 3:00 PM FEBRUARY 20, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f562942732914b1792247ce2d21a1abf/view"&gt;https://sam.gov/workspace/contract/opp/f562942732914b1792247ce2d21a1abf/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 3, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD</description>
                   <pubDate>Tue, 3 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2001</link></item>
			
			<item>
				<title>A -- ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) -- INSTALLATION ENERGY AND WATER TECHNOLOGIES (EW) SUPPLEMENTAL (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HQ26S0030&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541715. THIS IS A PRE-SOLICITATION NOTICE FOR PLANNING AND INFORMATIONAL PURPOSES ONLY. The Environmental Security Technology Certification Program (ESTCP), in coordination with the U.S. Army Corps of Engineers, seeks pre-proposals from qualified private sector organizations under a Broad Agency Announcement (BAA) for Fiscal Year 2027 to demonstrate and validate innovative, cost-effective Installation Energy and Water technologies that enhance Department of Defense (DoD) installation resilience, energy security, water efficiency, and infrastructure sustainment. ESTCP is soliciting mature, non-commercial technologies that have completed proof-of-concept and are ready for operational demonstration at DoD facilities to generate defensible cost and performance data, support regulatory and end-user acceptance, and accelerate technology transition and implementation across DoD. Selected projects will involve structured demonstrations under real-world conditions, development of guidance and reporting deliverables, engagement with DoD users and regulators, and participation in a multi-stage competitive evaluation process beginning with a mandatory pre-proposal submission. TO BE ELIGIBLE FOR CONSIDERATION, PARTIES WISHING TO RESPOND TO THIS ANNOUNCEMENT MUST SUBMIT A PRE-PROPOSAL IN ACCORDANCE WITH THE INSTRUCTIONS ON THE WEBSITE, NO LATER THAN 2:00 PM EDT ON MARCH 26, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/6cc929c109174254b8fbd1a72d736267/view"&gt;https://sam.gov/workspace/contract/opp/6cc929c109174254b8fbd1a72d736267/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 3, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Alexandria, VA</description>
                   <pubDate>Tue, 3 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2002</link></item>
			
			<item>
				<title>Y -- Y1DZ--B3-FOURTH FLOOR PACT RENOVATION PROJECT # 659-26-800 (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C24626R0031&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 13, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;236220. THIS IS A SOURCES SOUGHT NOTICES FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Veterans Affairs seeks responses from qualified firms that are interested in supporting a PACT Renovation at the VA Medical Center in Salisbury, Maryland. The project requires the renovation of multiple sections of the facility, encompassing approximately 24,000 SF. Work ranges from cosmetic upgrades with no wall demolition (Sections A, C, and part of F) to light demolition and reconfiguration for open Team Areas or new Exam Rooms/Offices (Sections D, E, G, and F), and heavy demolition of CMU walls with full reframing in Section B. Across all areas, scope includes new ceiling grids and tiles, new flooring (LVT or carpet depending on use), painting where applicable, and installation of new fan coil units with associated piping. The project also requires asbestos abatement for existing VCT mastic and hydronic pipe insulation. Construction will involve multiple trades, including demolition/asbestos abatement, plumbing, HVAC, electrical, low-voltage, fire protection and life safety, painting, carpentry, millwork, flooring, data, and physical security. RESPONSES ARE DUE BY 10:00 AM EST ON FEBRUARY 13, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/e2a6229b907445749a6066892d80d41a/view"&gt;https://sam.gov/workspace/contract/opp/e2a6229b907445749a6066892d80d41a/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 8, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 246-Network Contracting Office 6, Hampton, VA</description>
                   <pubDate>Sun, 8 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2003</link></item>
			
			<item>
				<title>F -- SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;89303324REM000134&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SPECIAL NOTICE. The U.S. Department of Energy (DOE) Office of Environmental Management (EM) has issued the Draft Request for Proposal (RFP) for the eventual follow-on competitive procurement for legacy cleanup at the Los Alamos National Laboratory (LANL), hereafter referred to as the &quot;Los Alamos Legacy Cleanup Contract II (LLCC II).&quot; &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view"&gt;https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2004</link></item>
			
			<item>
				<title>F -- TRAPPER CREEK DORM ASBESTOS AND MOLD REMEDIATION AND RECONSTRUCTION (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;12441926Q0021&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 12, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The USDA Forest Service is seeking a qualified contractor to perform asbestos remediation in the mechanical and storage rooms of Dormitory Buildings 10, 11, 12, and 13 at the Trapper Creek Job Corps Center in Darby, Montana. A site inspection identified asbestos-containing floor tile beneath the existing carpet tiles. The contractor shall remove and properly dispose of the asbestos materials and install new resilient vinyl sheet flooring. To allow full access to the flooring, existing water heaters and furnace units must be temporarily uninstalled prior to remediation and reinstalled after the new flooring is in place. A site visit is scheduled for February 24, 2026, at 9:00 AM MST. OFFERS ARE DUE BY 5:00 PM EDT ON MARCH 21, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/c5fd56222bed495d9b65402136197141/view"&gt;https://sam.gov/workspace/contract/opp/c5fd56222bed495d9b65402136197141/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 13, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;USDA Forest Service, Southern Region, SPOC East, Washington, DC</description>
                   <pubDate>Fri, 13 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2005</link></item>
			
			<item>
				<title>F -- F108--ABATE VOLUNTARY WALL AND FLOOR IN IMAGING AND ADMIN SPACE (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C24626Q0302&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs is seeking a qualified contractor to provide all transportation, materials, hardware, tools, specialized equipment, labor, supervision, and technical expertise necessary to abate asbestos-containing material (ACM) floor tile and associated mastic. Abatement work will be performed in Building 47, Room 1D165, and Building 15, Room 133, totaling approximately 525 square feet of ACM tile and mastic. In addition, approximately 80 square feet of ACM wall material must be abated in Building 47, between corridors BB066 and BC124, to accommodate installation of a new double-door assembly. All work will be conducted on the main campus of the Asheville VA Medical Center in Asheville, North Carolina. The contractor shall ensure all abatement, handling, and disposal activities comply with applicable federal, state, and local regulations. OFFERS ARE DUE BY 10:00 AM EDT ON MARCH 17, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/45752ee9cfa242f3b6b4e8346ee9a906/view"&gt;https://sam.gov/workspace/contract/opp/45752ee9cfa242f3b6b4e8346ee9a906/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 246-Network Contracting Office 6, Hampton, VA</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2006</link></item>
			
			<item>
				<title>F -- NAVAJO AREA - ABANDONED MINES RESPONSE AND CONSTRUCTION SERVICES (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0926R0006&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SPECIAL NOTICE. The U.S. Environmental Protection Agency requires a contractor to provide cleanup, response, and construction services, primarily at former uranium mining-related sites located within or near the Navajo Nation and the Grants Mining District in New Mexico in U.S. EPA Regions 6 and 9. The U.S. EPA expects to make an award for this requirement by September 1, 2026. A pre-proposal Industry Day/Conference amongst the U.S. EPA and Potential Offerors is anticipated to occur approximately one week after the Request For Proposals Solicitation is posted on FEDCONNECT and SAM.gov. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/5c44292dbf1d4217951d5659bc2cd9f4/view"&gt;https://sam.gov/workspace/contract/opp/5c44292dbf1d4217951d5659bc2cd9f4/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 9, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA</description>
                   <pubDate>Mon, 9 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2007</link></item>
			
			<item>
				<title>F -- DRAFT REQUEST FOR PROPOSAL LLCC II (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;89303324REM000134&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. The U.S Department of Energy (DOE) has released the partial Draft Request for Proposal (RFP) for the Los Alamos Legacy Cleanup Contract (LLCC II) procurement for review. DOE hereby invites all interested parties to thoroughly examine the partial Draft RFP and the accompanying procurement website (&lt;A HREF=&quot;https://www.emcbc.doe.gov/SEB/LLCCII&quot;&gt;https://www.emcbc.doe.gov/SEB/LLCCII&lt;/A&gt;) in their entirety, and to submit comments in writing via email. During the development of the Final RFP, DOE will consider the comments received from interested parties in response to the Draft RFP. There is no solicitation at this time. COMMENTS ON THE RFP ARE DUE BY 5:00 PM EST ON FEBRUARY 26, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view"&gt;https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2008</link></item>
			
			<item>
				<title>F -- 509 SFS RANGE CLEANING (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA462526Q1019&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Air Force requires a contractor to provide all labor, equipment, materials, transportation, and technical expertise necessary to perform copper and hazardous waste decontamination, cleanup, removal, and disposal at the Combat Arms 25-meter firing range (Building 1235) at Whiteman Air Force Base. The contractor shall remove copper dust, lead residue, brass, debris, and other hazardous and nonhazardous materials from range surfaces, bullet traps, and dust collection systems; replace dust collection barrels and filters as needed (at least twice annually); and use specialized equipment, including explosion-proof HEPA vacuums. All work must comply with applicable OSHA, EPA, and Missouri Department of Natural Resources regulations, including proper waste classification, manifesting, and disposal. Services will be performed monthly during normal duty hours, and the contractor must obtain and maintain base access credentials in accordance with installation security requirements. OFFERS ARE DUE BY 10:00 AM CST ON FEBRUARY 23, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8bd81ff5f5e14a139f246fbee99a826f/view"&gt;https://sam.gov/workspace/contract/opp/8bd81ff5f5e14a139f246fbee99a826f/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 9, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Global Strike Command, Whiteman AFB, MO</description>
                   <pubDate>Mon, 9 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2009</link></item>
			
			<item>
				<title>JOHN DAY UNIT 8 ASBESTOS ABATEMENT - SOURCES SOUGHT (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9127N26R1B83&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 25, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Northwestern Division, is seeking responses from qualified large and small business contractors capable of performing asbestos abatement within Unit 8 at the John Day Dam Powerhouse, located on the Columbia River at the border of Oregon and Washington. Asbestos contamination occurred as a result of a fire within the unit. The project scope includes mobilization and demobilization, abatement of accessible areas within the generator air housing, and testing of associated coolers and air shrouds. Optional work may include tenting the rotor and performing additional abatement of the rotor and stator if asbestos is confirmed. The estimated construction cost ranges from $500,000 to $1,000,000. Solicitation is anticipated in April 2026, with contract award expected in September 2026 under a firm-fixed-price construction contract. The applicable small business size standard is $25,000,000. Contractors must possess CMMC Level 2 self-certification to access controlled unclassified information and be eligible for award. RESPONSES ARE DUE BY 3:00 PM PST ON FEBRUARY 25, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/c0273c9b1783448b90cfda6be7db3061/view"&gt;https://sam.gov/workspace/contract/opp/c0273c9b1783448b90cfda6be7db3061/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 11, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Northwest Engineer Division, Portland, OR</description>
                   <pubDate>Wed, 11 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2010</link></item>
			
			<item>
				<title>F -- PRE-SOLICITATION NOTICE AND DRAFT RFP FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR THE SHAW AIR FORCE BASE OPTIMIZED REMEDIATION CONTRACT (ORC) (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HN26RA009&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 12, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET ASIDE. The U.S. Army Corps of Engineers plans to issue a solicitation for Environmental Remediation Services under a Single Award Task Order Contract (SATOC). This contract will enable USACE to provide a full range of environmental remediation services in support of the Air Force Civil Engineer Center&apos;s Optimized Remediation Contract (ORC) at Shaw Air Force Base in South Carolina. The primary objective is the remediation of soil and groundwater contaminated with a variety of substances, including per- and polyfluoroalkyl substances (PFAS), chlorinated solvents, petroleum products, and explosive constituents. The contractor must have the capability to perform these services at Hazardous, Toxic, and Radioactive Waste (HTRW) sites funded through the Department of Defense Installation Restoration Program (IRP) or the Defense Logistics Agency (DLA) at Shaw AFB. 

The base period for the SATOC will be seven years, with a total contract ceiling of $40,000,000. The pricing structure will be firm-fixed-price. A site visit is scheduled for March 5, 2026; attendee lists are due no later than February 23, 2025. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/ee08eada59df46efac16bfc794141226/view"&gt;https://sam.gov/workspace/contract/opp/ee08eada59df46efac16bfc794141226/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, South Atlantic Engineer Division, Savannah District, Savannah, GA</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2011</link></item>
			
			<item>
				<title>F -- ASBESTOS ABATEMENT - BPA (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W91QF426RA007&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS AN SBA CERTIFIED WOMEN-OWNED SMALL BUSINESS PROGRAM SET-ASIDE. The U.S. Department of the Army requires a contractor to abate asbestos in multiple buildings at Fort Leavenworth under a non-personal services blanket purchase agreement. The contractor shall perform asbestos abatement from flooring and subflooring, mastic, and friable asbestos in crawlspace soil, including removal, sampling, and analysis to confirm completion. The contractor shall also subcontract with an independent third party to perform daily air monitoring when work occurs near occupied areas and to conduct clearance sampling, in accordance with contract standards and safety requirements. Because asbestos-containing materials are present in various building components on the installation, work will focus on specified areas while ensuring the protection of building occupants. The contract is expected to cover approximately five buildings per year, totaling about 14,000 square feet, and shall be performed by qualified and certified asbestos abatement professionals. The period of performance is five years from the date of award. OFFERS ARE DUE BY 1:00 PM CDT ON MARCH 17, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d7a8e269c4cb4166ba17ff1d2ae465cd/view"&gt;https://sam.gov/workspace/contract/opp/d7a8e269c4cb4166ba17ff1d2ae465cd/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 18, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Army, Army Mission Installation Contracting Command, FDO Eustis, Ft. Leavenworth, KS</description>
                   <pubDate>Wed, 18 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2012</link></item>
			
			<item>
				<title>S -- SHOOTING RANGE MAINTENANCE (ANNUAL/QUARTERLY MAINTENANCE AND CLEANING) - SOURCES SOUGHT - NIAGARA FALLS ARS, NIAGARA FALLS, NY (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;RangeMX-SS-NFARS-FY2026&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 4, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Department of the Air Force, 914th Contracting Office, is seeking responses from qualified firms interested in providing Rifle Range Maintenance services at Niagara Falls Air Reserve Station (NFARS) in Niagara Falls, New York. Services include initial, quarterly, and annual cleaning and maintenance of the rifle range. Cleaning activities include general range cleaning, ventilation system cleaning, and inspection and maintenance of range target systems and bullet traps. Additionally, contractors shall properly dispose of contaminated waste, perform documentation and wipe sampling, and conduct hazardous material remediation as required for live-range operations. The anticipated period of performance for the resulting contract is a one-year base period with four one-year option periods (total of five years). Small businesses should include their applicable small business category information in their response. RESPONSES ARE DUE BY 1:00 PM EST ON MARCH 4, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/4a658d72796c4e758750b59bd3a73f81/view"&gt;https://sam.gov/workspace/contract/opp/4a658d72796c4e758750b59bd3a73f81/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Reserve Command, Niagara Falls, NY</description>
                   <pubDate>Tue, 17 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2013</link></item>
			
			<item>
				<title>F --GROUNDWATER SAMPLING OF MONITOR WELLS, GRAND TETON (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140P1426Q0031&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 12, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541620. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Park Service requires a contractor to perform groundwater monitoring in Grand Teton National Park (GRTE) and John D. Rockefeller Jr. Memorial Parkway (JODR) for the purpose of meeting Wyoming Department of Environmental Quality (WY DEQ) requirements. Sampling is required in the spring and fall, depending on the specific requirements for each well. The contractor shall ensure that all testing parameters are tested and recorded for each well according to the specified standards. The contractor shall complete the State of Wyoming Class V (5E4) Package Plant Treatment (Ground Monitoring) reporting form for Class Injection Wells, also known as GEMS (Graduated Environmental Management System) reports. If the GEMS database remains offline (as it has been since 2021), documentation shall be submitted to the WY DEQ using the Water Quality Division Document Uploads Form. The contractor shall include with their quote a proposed methodology, a quality control/quality assurance plan, documentation of past experience performing similar work, and unit costs for sampling and/or analysis of any additional wells. This will be a lump-sum contract; therefore, the contractor&apos;s travel and all other project-related expenses will not be reimbursed, although an RV site may be made available. The objective of this work is to ensure that Section I requirements of all WY DEQ permits for the GRTE and JODR wastewater systems are met; permits are available on the WY DEQ website and from the Contracting Officer at Grand Teton National Park Headquarters. OFFERS ARE DUE BY 1:00 PM MDT ON MARCH 12, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d64e47ef34154b0bb11ec6088e2177d0/view"&gt;https://sam.gov/workspace/contract/opp/d64e47ef34154b0bb11ec6088e2177d0/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 27, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S Department of the Interior, National Park Service, IMR Northern Rockies, Yellowstone National Park, WY</description>
                   <pubDate>Fri, 27 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2014</link></item>
			
			<item>
				<title>F -- SOURCES SOUGHT NOTICE - FISCAL YEAR (FY) 2026 FLORIDA CENTRAL OPTIMIZED REMEDIATION CONTRACT (ORC) (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9127826RA055&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 6, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES. The U.S. Army Corps of Engineers, South Atlantic Division, seeks responses from qualified small and large businesses interested in providing environmental remediation services for the FY26 Florida Central Optimized Remediation Contract at Avon Park Air Force Range and MacDill Air Force Base in Florida. Work will include investigation, design, construction, operation, maintenance, and optimization of remedial systems at Installation Restoration Program (IRP) and Military Munitions Response Program (MMRP) sites, performed under the regulatory oversight of the Florida Department of Environmental Protection and applicable federal environmental laws. The anticipated procurement may be a competitive, firm-fixed-price, indefinite-delivery contract with an estimated value of approximately $20 million over a ten-year period, consisting of a five-year base period and a five-year option period. CAPABILITY STATEMENTS ARE DUE BY 3:00 PM CDT ON APRIL 6, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8c56b106b6ee4ff7ad61576af9528beb/view"&gt;https://sam.gov/workspace/contract/opp/8c56b106b6ee4ff7ad61576af9528beb/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 4, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, South Atlantic Engineer Division, Mobile District, Mobile, AL</description>
                   <pubDate>Wed, 4 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2016</link></item>
			
			<item>
				<title>F -- CERCLA REMOVAL ACTION AT MOJAVE NP (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140P2126Q0049&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2026, IT WILL BE COMPETED AS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE. The National Park Service plans to issue a solicitation for a Non-Time Critical Removal Action (NTCRA) under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) at the 5-acre Hidden Hill Mine contaminated site within Mojave National Preserve (MOJA) in Southern California. The work includes removing approximately 69 cubic yards (CY) of commingled tailings and potentially affected underlying material, based on an assumed thickness of approximately one foot across an area of about 1,850 square feet (sf). To account for additional underlying material and soils that may become commingled during excavation activities, a conservative estimate of approximately 100 CY of material will be removed during this Removal Action (RA). Using a conversion factor of 1.5 tons per cubic yard, NPS estimates that approximately 150 tons of material will be excavated, transported, and disposed of as part of the RA. The work also includes preparation of post-award plans (Site Health and Safety Plan (SHASP), Under-an-Acre Pollution Prevention Plan (UPPP), Traffic Control Plan (TCP), Hazardous Material Spill Plan (HMSP), and Confirmatory and Waste Sampling and Analysis Plan (SAP)), characterizing the material, transporting it to appropriate disposal facility/ies, collecting and analyzing confirmation samples, and preparing a Response Action Completion Report (RACR). The estimated removal quantities are based on previous site investigations. The firm-fixed-price contract will use a combination of lump-sum and unit-priced items, subject to the variation in quantity clause in conjunction with an established ceiling and notification requirements. Additional details will be provided in the documents to be posted with the solicitation. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. A group site visit is scheduled at 10:00 AM on April 9, 2026. Pertinent details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/423d2b5dab3f40f6b4ce36df85e5bdd0/view"&gt;https://sam.gov/workspace/contract/opp/423d2b5dab3f40f6b4ce36df85e5bdd0/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO</description>
                   <pubDate>Fri, 6 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2017</link></item>
			
			<item>
				<title>Z -- Z1DA--578-26-004: IDIQ ACM ABATEMENT SERVICES AT THE HINES VA HOSPITAL IN HINES, IL (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C25226R0038&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 20, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs plans to issue a solicitation for fire stopping, asbestos abatement, re-insulation, and hazardous substance removal work at the Hines VA Campus in Hines, Illinois. A pre-construction site walk-through is encouraged and should be coordinated by the CO. The contract will have a five-year ordering period with a maximum amount of $2.5M. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/dd400781f6ff431f85d1d575ade18a80/view"&gt;https://sam.gov/workspace/contract/opp/dd400781f6ff431f85d1d575ade18a80/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 16, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 252-Network Contract Office 12, Milwaukee, WI</description>
                   <pubDate>Mon, 16 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2018</link></item>
			
			<item>
				<title>F -- SYNOPSIS OF SOLICITATION; FA890326R0019; OPTIMIZED REMEDIATION CONTRACT AT FAIRCHILD AIR FORCE BASE, WASHINGTON (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA890326R0019&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS AN 8(a) SET-ASIDE. The U.S. Department of the Air Force plans to issue a solicitation for environmental remediation activities under an Optimized Remediation Contract (ORC) at Fairchild Air Force Base (AFB) near Spokane, Washington. The ORC initiative intends to advance site cleanup during the Period of Performance (POP) in the most efficient and cost-effective manner, as supported by a cost-benefit analysis and exit strategy that achieves the greatest reduction in life-cycle cost (LCC). The Air Force is interested in a substantial reduction of long-term environmental liabilities and total LCC. These sites have complex attributes that have, to date, inhibited progress toward the achievement of RC. Work will include plan development; Preliminary Assessment/Site Inspection (PA/SI); Remedial Investigation or Remedial Investigation/Feasibility Study (RI or RI/FS), including supplemental investigations; preparation of Decision Documents; and Remedial Action-Operation (RA-O) or Long-Term Management (LTM). There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8e17e583381f4a94bd2019faff448f42/view"&gt;https://sam.gov/workspace/contract/opp/8e17e583381f4a94bd2019faff448f42/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Materiel Command, AF Installation and Missions Support Center, JBSA Lackland, TX</description>
                   <pubDate>Fri, 6 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2019</link></item>
			
			<item>
				<title>C -- EV35, NEWPORT, SITE 17, LTM, NORTH RAOMAC (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;N4008526R0113&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 7, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The Naval Facilities Engineering Systems Command, Mid-Atlantic Command, requires a contractor to perform Long-Term Monitoring (LTM) and Monitored Natural Attenuation (MNA) of groundwater at Site 17-NAVSTA Newport in Newport, Rhode Island. The LTM groundwater monitoring well network includes 21 monitoring wells; all wells are sampled biannually (Spring &amp; Fall). Groundwater monitoring wells selected for sampling are intended to provide sufficient geographic coverage for evaluating MNA parameters and confirming contaminants of concern (COC) concentrations in groundwater. All samples are analyzed for the following: Select Volatile Organic Compounds (VOCs) - Benzene, Tetrachloroethene (PCE), 1,2-Dichloroethene (1,2-DCE), Trichloroethene (TCE), Vinyl Chloride; Select Metals (total and dissolved) - Arsenic, Cadmium, Lead and Manganese; Polycyclic Aromatic Hydrocarbons (PAHs), plus pentachlorophenol Polychlorinated Biphenyls (PCBs); Anions (chloride, N-nitrate, sulfate); and Alkalinit. The duration of work  under this Contract Task Order (CTO) shall not exceed twelve (12) months from the award date for the base option and sixty (60) months  from award including option years. OFFERS ARE DUE BY 2:00 PM EDT ON APRIL 7, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f55fc89f54de47ea9f8e2438c9711e5c/view"&gt;https://sam.gov/workspace/contract/opp/f55fc89f54de47ea9f8e2438c9711e5c/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Navy, Naval Facilities Engineering Systems Command, Mid-Atlantic Command, Norfolk, VA</description>
                   <pubDate>Fri, 6 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2020</link></item>
			
			<item>
				<title>DECONTAMINATION, DEMILITARIZATION AND DEMOLITION TECHNICAL AND OPERATIONAL SUPPORT (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;N0017426SN0071&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 25, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES. The Naval Surface Warfare Center, Indian Head Division (NSWC IHD), is seeking sources to provide comprehensive technical and operational support for the Energetics Manufacturing Department&apos;s Disposal and Decontamination Branch. The Disposal and Decontamination Branch provides a full spectrum of explosive decontamination support for NSWC IHD&apos;s energetic manufacturing efforts. The Disposal and Decontamination Branch requires contractor support, which includes, but is not limited to: explosives decontamination of government-owned facilities and equipment; disassembly/dismantling of equipment and/or demolition of facilities; operation of decontamination/thermal treatment units such as an industrial waste processor, a thermal decontamination area, and a thermal treatment area; the demilitarization, handling, storage, and management of bulk and trace explosives as well as Material Potentially Presenting an Explosive Hazard (MPPEH); disposal of scrap metal and other hazardous materials, which may include but is not limited to asbestos, lead and hazardous wastes; and supplementary support, which includes all tasks necessary to achieve mission objectives, such as preparing procedures, material preparation for treatment, certification and verification inspections per NAVSEA OP-5 Chapter 13-15, and final facility turnover. All interested sources shall provide a company brochure or list of capabilities, product literature, a listing of previous or current efforts, including contract number or description of similar support efforts, organization name, address, a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, UEI number, and CAGE Code. RESPONSES ARE DUE BY 3:00 PM EST ON MARCH 25, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/71e42fff97724c5d816688ad60207a97/view"&gt;https://sam.gov/workspace/contract/opp/71e42fff97724c5d816688ad60207a97/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 10, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Navy, NAVSEA Warfare Center, Indian Head Division, Indian Head, MD</description>
                   <pubDate>Tue, 10 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2021</link></item>
			
			<item>
				<title>F -- EPA WERRC RFP (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0926R0002&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 30, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541620. THIS IS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency, Region 9, seeks a contractor to support its Water Emergency Response Resources Contract (WERRC). The purpose of the Water Emergency Response Resources Contract (WERRC) is to provide services to the U.S. Environmental Protection Agency (EPA) and other officials supporting the implementation of EPA&apos;s responsibilities under the Clean Water Act (CWA) and Safe Drinking Water Act (SDWA). Response activities will support EPA&apos;s obligations under the SDWA, CWA, the Stafford Act, as well as any future laws or regulations that establish or expand EPA&apos;s response obligations. Work will include Project Planning; General Water Sector Disaster Mitigation; Drinking Water System Response Activities; Wastewater System Response Activities; Analytical Services; Demolition, Restoration, and Soil Stabilization; Provision of Support Facilities to support Water Response/Recovery; Limited Marine/Water Operations; Training; and Logistical Services. The contractor shall support EPA in fulfilling these responsibilities within the region(s) assigned via contract, as well as outside the region on a backup regional response, cross-regional response, and national response. The awarded contract will include a one-year Base Period with four one-Year Option Periods. Questions are due by 5:00 PM on April 1, 2026. PROPOSALS ARE DUE BY 8:00 PM EDT ON APRIL 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/92bbc8994cc9430e8d52f69c18c97d6f/view"&gt;https://sam.gov/workspace/contract/opp/92bbc8994cc9430e8d52f69c18c97d6f/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 13, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA</description>
                   <pubDate>Fri, 13 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2022</link></item>
			
			<item>
				<title>F -- F108--BEDFORD RADIATION DECOMMISSIONING (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C24126Q0324&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 20, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Department of Veterans Affairs seeks responses from qualified firms capable of performing a Radiological Final Status Survey for approximately 6,300 square feet across 20 rooms within Buildings 17, 18, 70, and 79 at the VA Bedford Health Care System in Bedford, Massachusetts. The buildings were previously used for research involving medical isotopes and require radiological decommissioning prior to demolition or redevelopment. Work will include review of the Historical Site Assessment; documentation of room conditions, equipment, and potential radiological or hazardous materials; removal of radioactive waste from Building 79; and development and execution of a Final Status Survey Plan in accordance with MARSSIM requirements, including radiological surveys and sampling of affected and unaffected areas (e.g., drains, floors, walls, fume hoods, benches, sinks, storage areas, and equipment). Contractors and subcontractors must be licensed by the Nuclear Regulatory Commission or the Commonwealth of Massachusetts to perform radiological decommissioning. RESPONSES ARE DUE BY 12:00 PM EDT ON MARCH 20, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/c48ec9354c6a42d3bb43857c95ccd1eb/view"&gt;https://sam.gov/workspace/contract/opp/c48ec9354c6a42d3bb43857c95ccd1eb/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 13, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 241-Network Contract Office 01, Togus, ME</description>
                   <pubDate>Fri, 13 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2023</link></item>
			
			<item>
				<title>F -- CHINLE LAGOON PHASE III REMEDIATION (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140A0926R0001&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 9, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE. The Bureau of Indian Affairs (BIA), Navajo Regional Office (NRO), Branch of  Environmental Management (BEM), is seeking a licensed environmental contractor to conduct an American Society for Testing and Materials (ASTM) Phase III Environmental Remediation for the Central Navajo Agency, Chinle Land Transfer Project Parcel E-1 site of former wastewater lagoon. The objective is to remediate the subject property and return it to the Navajo Nation for future economic development, ensuring it is free from environmental hazards. This property is on BIA Navajo Route 7 (Main Street) in Chinle, Apache County, Arizona. The contractor will develop a Health and Safety Plan and detailed Work Plan, including schedules, hazard controls, traffic and fencing strategies, and coordination with Navajo Nation and regulatory agencies to ensure compliance with NEPA, Endangered Species Act, and tribal environmental requirements. They will mobilize staff within 15 days, maintain site fencing, and oversee all work, including proper handling and disposal of hazardous materials per federal and tribal regulations. The contractor will conduct ASTM Phase III environmental remediation on Parcel E-1 based on Phase II findings and approved plans, and any changes to the scope require prior approval. Finally, the contractor will prepare draft and final reports documenting all activities, removals, disposal manifests, and recycled materials, with certification by an Environmental Professional; all reports and data remain government property. The Period of Performance will be 180 days from the receipt of the Notice to Proceed. Questions are due by 3:00 PM MDT  on April 2, 2026. Award will be made on a Best Value Basis, whose quotation conforms to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. OFFERS ARE DUE BY 3:00 PM MDT ON APRIL 9, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/5e2248d3392141adb1d27738af7e7643/view"&gt;https://sam.gov/workspace/contract/opp/5e2248d3392141adb1d27738af7e7643/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 19, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM</description>
                   <pubDate>Thu, 19 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2024</link></item>
			
			<item>
				<title>F -- AK KODIAK ADMIN SITE TRIPLEX SURVEY SOIL (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140FS126Q0063&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 6, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires a contractor to delineate horizontal and vertical limits of the soil and groundwater contamination at the Kodiak National Wildlife Refuge Triplex site in Alaska, and provide a workplan, site characterization and Corrective Action Report based on previous sampling conducted during this investigation. The work involves assessing and addressing contamination on and near the site. This includes determining whether contamination has migrated to the adjacent AT&amp;T property, reviewing prior sampling, and developing a sampling plan, with access contingent on property owner permission. Surface water drainage along the western boundary will be evaluated for potential impacts. Soil contamination will be delineated both vertically and laterally, with at least twelve soil borings to estimate removal volumes and costs. Groundwater wells will be installed to delineate contamination and additional wells added as needed, while existing wells (MW1-MW6) will be sampled, re-established if dry, and free product recovered where present. All contaminated soil, groundwater, and free product will be properly disposed of. Finally, a Site Characterization Report will compile current and previous data, and a Corrective Action Completion Report will evaluate remediation options, including active remediation, engineered barriers, or land use controls, providing final recommendations and cost considerations. This will be a firm-fixed-price contract awarded to the quote deemed to be most beneficial to the government. QUOTES ARE DUE BY 1:00 PM CDT  ON APRIL 6, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/5b57a3c7e0044baaa65ecb41d9c87f16/view"&gt;https://sam.gov/workspace/contract/opp/5b57a3c7e0044baaa65ecb41d9c87f16/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Interior, Fish and Wildlife Service, SAT Team 1, Falls Church, VA</description>
                   <pubDate>Tue, 17 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2025</link></item>
			
			<item>
				<title>F -- CERCLA REMOVAL ACTION AT MOJAVE NP, CA (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140P2126Q0049&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 5, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE. The U.S. Department of the Interior, National Park Service (NPS), seeks a contractor to perform a Non-Time Critical Removal Action (NTCRA) under CERCLA at the Hidden Hill Mine site within Mojave National Preserve (MOJA), California. The site is a small, remote abandoned mine covering approximately 5 acres at an elevation of approximately 3,400 feet. Work includes removing approximately 69 cubic yards (CY) of commingled tailings and potentially affected underlying soil (assumed 1-foot depth) over approximately 1,850 square feet, including ancillary soils that may become commingled during excavation. The total estimated removal is 100 CY (150 tons using 1.5 tons/CY). The scope also includes preparing post-award plans (Site Health and Safety Plan, Under-an-Acre Pollution Prevention Plan, Traffic Control Plan, Hazardous Material Spill Plan, and Confirmatory/Waste Sampling and Analysis Plan), characterizing material, transporting it to approved disposal, collecting/analyzing confirmation samples, and preparing a Response Action Completion Report (RACR). Estimates are based on prior site investigations. The firm-fixed-price contract combines lump-sum and unit-priced items, subject to the variation in quantity clause, with an established ceiling and notification requirements. A 100% payment bond, 100% performance bond, and liability insurance are required before performance. A group site visit is scheduled at 10:00 AM on April 9, 2026. Attendance is strongly encouraged but not mandatory; individual site visits will not be accommodated. OFFERS ARE DUE BY 3:00 PM PDT ON MAY 5, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/25038d92ad9245159df111010adc4191/view"&gt;https://sam.gov/workspace/contract/opp/25038d92ad9245159df111010adc4191/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO</description>
                   <pubDate>Tue, 17 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2026</link></item>
			
			<item>
				<title>F -- B&amp;F-FMC LEX-ASBESTOS ABATEMENT-26Z1AN4 (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;15B10926Q00000008&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET ASIDE. The Federal Bureau of Prisons (FBOP), Federal Medical Center (FMC) in Lexington, Kentucky requires a contractor to perform asbestos abatement activities at the Federal Medical Center in Lexington, Kentucky. Work includes the removal and remediation of asbestos-containing materials as well as contaminated and destroyed materials. The identified areas for this project are located on the 3rd and 4th floors of the Health Care Unit, 1st Floor Food Service, 1st floor RDAP in B-Building and Recreation classrooms in the basement area. OFFERS ARE DUE BY 2:00 PM EDT ON MARCH 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f9af7f892a60493689e4449f6be7d8f4/view"&gt;https://sam.gov/workspace/contract/opp/f9af7f892a60493689e4449f6be7d8f4/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Justice, Federal Prison System, Bureau of Prisons, Federal Medical Center, Lexington, KY</description>
                   <pubDate>Tue, 17 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2027</link></item>
			
			<item>
				<title>HAZARDOUS WASTE TREATMENT AND DISPOSAL (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;2026-KG-11&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 30, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562211. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. DOE Contractor Mission Support and Test Services (MSTS) seeks responses from interested subcontractors that are qualified to provide hazardous waste treatment and disposal service for nonradioactive hazardous waste, universal waste, DOT-regulated hazardous material, waste containing PCBs, and non-regulated waste generated by the MSTS. The subcontractor must also be able to provide prompt review and approval of waste profiles and treat and dispose of hazardous waste at approved and permitted facilities. CAPABILITY STATEMENTS ARE DUE BY 6:00 AM PDT ON MARCH 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/fe5ea16616134884a381e81f58d32d45/view"&gt;https://sam.gov/workspace/contract/opp/fe5ea16616134884a381e81f58d32d45/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 20, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Energy, MSTS - DOE Contractor, North Las Vegas, NV</description>
                   <pubDate>Fri, 20 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2028</link></item>
			
			<item>
				<title>Z -- Z1DA--578-26-004: IDIQ ACM ABATEMENT SERVICES AT THE EDWARD HINES, JR. VA HOSPITAL IN HINES, IL (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C25226B0020&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to provide asbestos abatement services at the Edward Hines Jr. Veterans Affairs Hospital in Hines, Illinois. Work will include fire stopping, asbestos abatement, re-insulation, and hazardous substance removal work. The award will be an Indefinite Delivery Indefinite Quantity contract with a five-year ordering period. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/5b7cb5220b5846cbb5425b3a4cfb62a2/view"&gt;https://sam.gov/workspace/contract/opp/5b7cb5220b5846cbb5425b3a4cfb62a2/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 11, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 252-Network Contract Office 12, Milwaukee, WI</description>
                   <pubDate>Wed, 11 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2029</link></item>
			
			<item>
				<title>F -- SOURCES SOUGHT NOTICE FOR EPA ERRS SERVICES FOR REGION 4, 5, AND 6 (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0526R0017&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 6, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Environmental Protection Agency, Region 5, seeks responses from qualified firms interested in providing Emergency and Rapid Response Services to EPA Regions 4, 5, and 6. The contractor shall provide comprehensive response support services for emergency, time-critical and non-time-critical removal actions, and remedial activities to address releases or threats of hazardous substances, oil, and other contaminants, under the direction of the EPA for designated regions, with the ability to support other regions as needed. Services will be performed in accordance with task orders issued by the Contracting Officer or designated OSC/RPM, including verbally issued orders formalized within five business days. The contractor is responsible for furnishing all personnel, equipment, and materials to mitigate risks to human health and the environment from contamination, fire/explosion hazards, weapons of mass destruction incidents, and natural or man-made disasters. Work includes proper handling, storage, transportation, treatment, and disposal of hazardous materials in compliance with all applicable federal, state, and local regulations, as well as obtaining required permits unless otherwise directed. The contractor may procure specialized services as needed and must submit all deliverables for government review and approval, with the Government retaining final authority over policy and regulatory decisions. CAPABILITY STATEMENTS ARE DUE BY 4:30 PM EDT ON APRIL 6, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/c2ea6884fc9f44d4bead9ef6e514a344/view"&gt;https://sam.gov/workspace/contract/opp/c2ea6884fc9f44d4bead9ef6e514a344/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 5 Contracting Office, Chicago, IL</description>
                   <pubDate>Tue, 17 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2030</link></item>
			
			<item>
				<title>F -- R10 SSP: EAST WATERWAY OPERABLE UNIT AT THE HARBOR ISLAND SUPERFUND SITE REMEDIATION (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0726R0001&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency, Region 7, requires a contractor to provide Remedial Design (RD) and Remedial Action (RA) Oversight Support at the East Waterway Operable Unit of the Harbor Island Superfund Site in Seattle, WA. The work for this project entails environmental investigation pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and National Contingency Plan (NCP) requirements. The Contractor shall furnish all necessary services to accomplish the requirements, including all labor, materials, equipment, site management, office support, and incidental items. The contractor shall be knowledgeable of environmental policies and regulations and be familiar with background information, such as the Interim Record of Decision (IROD), remedial investigation/feasibility study (RI/FS), sediment fate and transport, Proposed Plan, treatability study, removal action reports, and the engineering evaluation/cost analysis (EE/CA). The contractor shall conduct field oversight and inspections to evaluate the PRP&apos;s implementation of pre-design investigation (PDI) and other data collection field work, treatability studies, remedial and removal actions, operation and maintenance (O&amp;M), and monitoring activities, as appropriate. The contractor shall perform data management activities. The Government contemplates awarding one cost-plus-fixed-fee contract with an anticipated period of performance of five years. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/1bb0e8ea445f49c19cb5f27dddf07cd9/view"&gt;https://sam.gov/workspace/contract/opp/1bb0e8ea445f49c19cb5f27dddf07cd9/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 20, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 7 Contracting Office, Lenexa, KS</description>
                   <pubDate>Fri, 20 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2031</link></item>
			
			<item>
				<title>WOODY ISLAND AND AT THE KODIAK ATCT REMEDIAL INVESTIGATION (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00184&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 27, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Transportation, Federal Aviation Administration, seeks responses from qualified small business contractors interested in performing a remedial investigation (RI) at multiple locations of the Former Woody Island Station and at the Kodiak Air Traffic Control Tower to investigate the presence, severity and extent of contamination in soil and groundwater at concentrations that exceed applicable cleanup criteria. The work under this project involves conducting environmental investigations in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by Superfund Amendments and Reauthorization Act (SARA), and the requirements of the National Contingency Plan (NCP). The Contractor must be knowledgeable of applicable environmental policies and regulations and familiar with key project documents and background information, including the Interim Record of Decision (IROD), remedial investigation/feasibility study (RI/FS), sediment fate and transport analyses, proposed plan, treatability study and removal action reports, and engineering evaluation/cost analysis (EE/CA). The Contractor shall conduct field oversight and inspections to evaluate the potentially responsible party&apos;s (PRP&apos;s) implementation of pre-design investigations (PDI), data collection activities, treatability studies, remedial and removal actions, as well as operation and maintenance (O&amp;M) and monitoring activities, as appropriate. The Contractor shall also perform data management activities. Response to this notification must be received to be included in the solicitation. RESPONSES ARE DUE BY 1:00 PM CDT ON MARCH 27, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/268c948c22ba40548f0b4107003cb0fe/view"&gt;https://sam.gov/workspace/contract/opp/268c948c22ba40548f0b4107003cb0fe/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 16, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Mon, 16 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2032</link></item>
			
			<item>
				<title>F -- YAKUTAT REMEDIAL INVESTIGATION AND REMOVAL ACTION (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00197&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 31, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Transportation, Federal Aviation Administration, seeks responses from qualified small business contractors interested in performing a Remedial Investigation (RI) and Removal Action (RA) at multiple sites in Yakutat, Alaska, to assess the presence, extent, and severity of soil and groundwater contamination and remove contaminated soil exceeding cleanup criteria. The work includes conducting sampling, soil borings, monitoring well installation, and excavation activities in accordance with Alaska Department of Environmental Conservation guidance and applicable regulations, using field screening tools and analytical methods to delineate contamination. The contractor must provide all labor, equipment, and materials; ensure oversight by a Qualified Environmental Professional; and comply with training, permitting, and documentation requirements. Work will be performed in remote and potentially difficult-to-access areas, requiring logistical planning and possible site clearing, with all deliverables subject to regulatory review and approval. RESPONSES ARE DUE BY 12:00 PM CDT ON MARCH 31, 2026. FAILURE TO RESPOND TO THIS PRE-SOLICITATION WITH ALL OF THE REQUESTED INFORMATION WILL PRECLUDE A CONTRACTOR&apos;S ABILITY TO RECEIVE A COPY OF THE FUTURE SOLICITATION. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/6a04c53b0ef14ce984dfe7967ef70860/view"&gt;https://sam.gov/workspace/contract/opp/6a04c53b0ef14ce984dfe7967ef70860/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 20, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Fri, 20 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2033</link></item>
			
			<item>
				<title>F -- MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MISSISSIPPI KEESLER AIR FORCE BASE, MISSISSIPPI (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA890326R0001&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 16, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS AN 8(A) SET-ASIDE. The U.S. Department of the Air Force requires a contractor to provide environmental remediation activities at Columbus Air Force Base (AFB) and Keesler AFB in Lowndes County in northeastern Mississippi under the Optimized Remediation Contract (ORC). 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 at 17 Installation Restoration Program (IRP) sites. OFFERS ARE DUE BY 2:00 PM CDT ON APRIL 16, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/6678c2ec7d0f48429b4bb27b60edd130/view"&gt;https://sam.gov/workspace/contract/opp/6678c2ec7d0f48429b4bb27b60edd130/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 16, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Materiel Command, Installation and Mission Support Center, JBSA Lackland, TX</description>
                   <pubDate>Mon, 16 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2034</link></item>
			
			<item>
				<title>F -- REMOVAL OF LEAD PAINT AND PAINTING MOORING (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W911XK26QA008&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 17, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor for the abatement and disposal of lead paint on the mooring buttons and cleats located at the St. Mary&apos;s Falls Canal in Sault Sainte Marie, Michigan. The  Contractor will provide on-site observation,  including inspection of the work area. Inspection will include review of the abatement site and setup, critical barriers, decontamination units, waste disposal loadout, and other abatement-associated appurtenances. In addition, the contractor will observe field activities to ensure work is performed in accordance with Federal and State of Michigan regulations, as well as EM-385. All contractor fieldwork will be performed by personnel with professional expertise, experience, and the authority to make decisions in the field. USACE may direct contractors to the order of abatement when it could affect shipping traffic. Contractor will provide personal and perimeter air sampling for lead analysis during paint abatement activities. Contractor will collect air samples utilizing appropriate procedures and protocols in accordance with applicable regulations, specifically Part 603-Lead Exposure in Construction. At the completion of abatement work, the contractor will perform a visual clearance in accordance with applicable regulations and established standards. OFFERS ARE DUE BY 2:00 PM EDT ON APRIL 17, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/9e5cf8f507cc45f584e4e79b4d4207fa/view"&gt;https://sam.gov/workspace/contract/opp/9e5cf8f507cc45f584e4e79b4d4207fa/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 18, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Detroit, MI</description>
                   <pubDate>Wed, 18 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2035</link></item>
			
			<item>
				<title>F -- SOURCES SOUGHT NOTICE - FISCAL YEAR (FY) 2027 FLORIDA PANHANDLE OPTIMIZED REMEDIATION CONTRACT (ORC) AND MILITARY MUNITIONS RESPONSE PROGRAM (MMRP) (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9127827RA002&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 22, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers seeks responses from qualified firms interested in supporting the FY27 Florida Panhandle Group Optimized Remediation Contract (ORC) and Military Munitions Response Program (MMRP) at Eglin Air Force Base, Hurlburt Field and Tyndall Air Force Base in Florida. The project involves comprehensive environmental remediation services across multiple sites, including investigation, design, construction, operation and maintenance, optimization, and achievement of site-specific performance objectives. The Contractor will support remediation at 59 IRP sites and five MMRP sites across Eglin AFB, Hurlburt Field, and Tyndall AFB, in accordance with applicable regulatory frameworks such as RCRA, CERCLA, and Florida Administrative Code requirements, with oversight primarily from the Florida Department of Environmental Protection and USEPA Region 4. Certain petroleum-contaminated sites will be addressed under state cleanup criteria, and any sites deferred from CERCLA will meet performance objectives with regulatory approval. The effort will be executed as a competitive, firm-fixed-price, definite-delivery contract using a best-value tradeoff approach, with an estimated value of $40 million and a 10-year period of performance consisting of a 5-year base and 5-year option period. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. RESPONSES ARE DUE BY 3:00 PM CDT ON APRIL 22, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/4bd1855ad8424115afbb78c72739bd7b/view"&gt;https://sam.gov/workspace/contract/opp/4bd1855ad8424115afbb78c72739bd7b/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, South Atlantic Engineer Division, Mobile, AL</description>
                   <pubDate>Tue, 17 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2036</link></item>
			
			<item>
				<title>F -- REQUEST FOR PROPOSAL FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR THE SHAW AIR FORCE BASE OPTIMIZED REMEDIATION CONTRACT (ORC) (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HN26RA009&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 24, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, South Atlantic Engineer Division, requires a contractor to provide Environmental Remediation Services (ERS) under a $40 million Single-Award Task Order Contract (SATOC) for the Shaw Air Force Base Optimized Remediation Contract. The objective is to achieve site closure for unrestricted residential use in accordance with the installation&apos;s RCRA permit. Work includes remediation at 18 Installation Restoration Program (IRP) sites, as well as operation and maintenance of two groundwater treatment plants, with varying performance objectives including RA-O, IRA-O, LTM, and alternative objectives. The contract will be firm fixed-price with a seven-year ordering period and one six-month option. OFFERS ARE DUE BY 2:00 PM EDT ON APRIL 24, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/22379d5625af434c8910fcdef026e444/view"&gt;https://sam.gov/workspace/contract/opp/22379d5625af434c8910fcdef026e444/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 25, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, South Atlantic Engineer Division, Savannah District, Savannah, GA</description>
                   <pubDate>Wed, 25 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2038</link></item>
			
			<item>
				<title>FORT LEAVENWORTH BUILDING 44 RENOVATION (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;PANNWD-26-P-0000029557&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 8, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;236220. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers seeks responses from firms capable of performing a firm fixed-price design-bid-build renovation of Building 44 at Fort Leavenworth, Kansas. The project has an estimated magnitude of $10M-$25M and involves comprehensive renovation of a 15,000-square-foot historic administrative building within a National Landmark Historic District. Work includes full replacement of building systems (mechanical, electrical, communications, security, and fire/life safety), architectural reconfiguration, minor structural repairs, installation of a new elevator, asbestos abatement, and management of lead-based paint, along with associated site improvements such as sidewalks, utilities, and accessibility upgrades, all in accordance with historic preservation standards. The anticipated award is by September 30, 2026, with a 540-day performance period; there is no solicitation at this time. CAPABILITY STATEMENTS ARE DUE BY 1:00 PM CDT ON APRIL 8, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/b24adb2b7fd34e499977ca337343ccc7/view"&gt;https://sam.gov/workspace/contract/opp/b24adb2b7fd34e499977ca337343ccc7/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 25, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Engineer Division Northwestern, Kansas City District, Kansas City, MO</description>
                   <pubDate>Wed, 25 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2039</link></item>
			
			<item>
				<title>F -- R10 SSP: EAST WATERWAY OPERABLE UNIT AT THE HARBOR ISLAND SUPERFUND SITE REMEDIATION (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0726R0001&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 28, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;. The U.S. Environmental Protection Agency (EPA) Region 7 Acquisition Management Branch is seeking Standard Form 330 submissions from experienced firms interested in providing remedial design (RD) and remedial action (RA) oversight support for EPA Region 10 at the East Waterway Operable Unit of the Harbor Island Superfund Site in Seattle, Washington. This work involves environmental investigation activities conducted in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and the National Contingency Plan (NCP). The selected contractor will provide all necessary services, including labor, materials, equipment, site management, office support, and incidental items, and must be knowledgeable in environmental policies and key project documents such as the Interim Record of Decision (IROD), remedial investigation/feasibility study (RI/FS), sediment fate and transport analyses, Proposed Plan, treatability study reports, and engineering evaluation/cost analysis (EE/CA). Responsibilities include conducting field oversight and inspections of Potentially Responsible Parties&apos; (PRPs) activities -- such as pre-design investigations, data collection, treatability studies, remedial and removal actions, and operation and maintenance and monitoring -- as well as performing data management tasks. Identified PRPs include the City of Seattle, King County, and the Port of Seattle. EPA Region 7 anticipates awarding one stand-alone cost-plus-fixed-fee contract with a five-year period of performance. STANDARD FORM 330s AND CONFLICT OF INTEREST RESPONSES ARE DUE BY 11:00 AM CST ON APRIL 28, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/4c13770673914568b599842c825e331a/view"&gt;https://sam.gov/workspace/contract/opp/4c13770673914568b599842c825e331a/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 3, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 7 Contracting Office, Lenexa, KS</description>
                   <pubDate>Fri, 3 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2040</link></item>
			
			<item>
				<title>R -- SUPERFUND TECHNICAL ASSESSMENT AND RESPONSE TEAM (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0925R0007&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 27, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541620. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency seeks qualified firms to provide nationally consistent advisory and assistance services to EPA On-Scene Coordinators (OSCs) and other federal officials under the Superfund Technical Assessment and Response Team (START) contract, supporting the agency&apos;s responsibilities within the national response system. The work spans response activities (including emergency response, oil spills, disaster response, removal actions, PRP/RP oversight, and terrorism response); planning, preparedness, and prevention (such as contingency planning, emergency training and exercises, chemical safety and risk management, accident investigations, and systems like WebEOC and ERNS); technical support (including inspections, treatability studies, engineering evaluations, public participation, risk assessments, and enforcement and cost recovery support); and data management (covering data planning, collection, analytics, application development, UAS support, and training). The contractor may also be tasked with delivering a wide range of environmental training courses, including HAZWOPER, chemical and oil monitoring and sampling, incident command, quality assurance, CBRN, regulatory programs, and emerging technologies. OFFERS ARE DUE BY 4:00 PM PDT ON APRIL 27, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/a12dd160a8ab4bacaae5fb86efcd5eee/view"&gt;https://sam.gov/workspace/contract/opp/a12dd160a8ab4bacaae5fb86efcd5eee/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 2, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA</description>
                   <pubDate>Thu, 2 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2041</link></item>
			
			<item>
				<title>F -- REMEDIATE STATION BUILDING - PHASE I; USCG STATION CHANNEL ISLANDS; OXNARD, CALIFORNIA (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;70Z088-26-Q-A7E001&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 20, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Coast Guard (USCG) requires a contractor to provide asbestos remediation services at the USCG Station Channel Islands Main Station Building in Oxnard, California. During a flooring installation project conducted between November 17 and November 24, 2025, a flooring contractor mechanically ground existing tile flooring and mastic adhesive from the concrete substrate using grinding equipment. Approximately 1,500 square feet of asbestos-containing material (ACM) was disturbed across the second-floor north areas of the building. On December 2, 2025, the facility was placed under quarantine. Settled dust sampling conducted on December 8, 2025, detected asbestos in 64 of 96 samples. This effort aims to prevent asbestos fiber migration and protect workers and the public by implementing temporary encapsulation of the affected 1,500-square-foot area of disturbed tile and mastic, allowing continued occupancy until full abatement is completed under a separate Phase II contract. The work includes controlled decontamination of affected surfaces, components, and contents in accordance with an established work plan and requires achieving both visual and verification clearance prior to re-occupancy, with final clearance issued by MECA (CAC). The contractor must complete on-site decontamination within twenty (20) working days, including clearance, while ensuring compliance with applicable regulations, including Cal/OSHA Title 8, Ventura County Air Pollution Control District Rule 62.7, and NESHAP requirements. Separate pricing is required for all project elements, including mobilization, project management, safety, containment, handling, removal, testing, transport, and disposal of ACM. No pre-bid site visit will be conducted. The award will be a firm-fixed-price contract. OFFERS ARE DUE BY 2:00 PM PDT ON APRIL 20, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/82c92c7575904f8c933a12873e9e2ed5/view"&gt;https://sam.gov/workspace/contract/opp/82c92c7575904f8c933a12873e9e2ed5/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 3, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Homeland Security, U.S. Coast Guard, CEU Oakland, Oakland, CA</description>
                   <pubDate>Fri, 3 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2042</link></item>
			
			<item>
				<title>F -- WELSBACH RA SATOC (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912DQ26RA002&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 30, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers seeks a contractor to support remedial action efforts at the Welsbach/General Gas Mantle (GGM) Superfund Site in Camden County, New Jersey. The site consists of two former gas mantle manufacturing facilities surrounded by commercial, industrial, and recreational properties. Radiological contamination was identified at the two facilities, and in 1996, the site was placed on the National Priorities List. Work under this contract will focus on implementing the selected remedy presented in the Record of Decision for Operable Unit 1, which includes excavation and off-site disposal of radiologically contaminated soils with activated greater than 5 picoCuries/gram (pCi/g) total radium isotopes and/or 5 pCi/g total thorium isotopes. The work includes a comprehensive range of site remediation and support activities, including providing 24-hour security and site preparation, as well as operating and maintaining existing water treatment plants and a transshipment facility. It involves demolition of structures; design and installation of excavation support and dewatering systems; excavation of contaminated soil; and sampling and analysis of soil, water, air, and building materials. Additional responsibilities include conducting a final status survey; transporting and disposing of non-radiological waste (with radiological waste handled under existing USACE contracts); backfilling excavations with clean soil; restoring properties to pre-excavation conditions; and performing any other activities necessary to ensure complete and proper remediation of the site. The award will be an Indefinite Delivery Single-Award Task Order Contract. OFFERS ARE DUE BY 12:00 PM CDT ON APRIL 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/fc5929db18ca444aa4adaa50e7311828/view"&gt;https://sam.gov/workspace/contract/opp/fc5929db18ca444aa4adaa50e7311828/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 31, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Northwestern Engineer Division, Kansas City District, Kansas City, MO</description>
                   <pubDate>Tue, 31 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2043</link></item>
			
			<item>
				<title>F -- DEFENSE LOGISTICS AGENCY, DEFENSE SUPPLY CENTER RICHMOND ENVIRONMENTAL RESTORATION PROGRAM FOR THE US ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912DR26RA044&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 1, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES. The U.S. Army Corps of Engineers, Baltimore District, seeks responses from qualified 8(a) Small Business firms that are interested in providing environmental services to the Defense Logistics Agency (DLA) Defense Supply Center Richmond (DSCR) Environmental Restoration Program. Work includes broad-spectrum environmental services, including but not limited to annual and bi-annual groundwater sampling and evaluation; vapor intrusion monitoring; land use controls evaluation and implementation; and five-year reviews. The work also involves interacting with regulators; coordinating bi-annual Restoration Advisory Boards and providing community relations assistance; implementing in-situ bioremediation methods such as enhanced reductive dechlorination (ERD); conducting operable unit site optimization; and performing monitoring well optimization, installation, and abandonment. CAPABILITY STATEMENTS ARE DUE BY 2:00 PM EDT ON MAY 1, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/ab80643beca24b9c8b7e5f5d70f52c58/view"&gt;https://sam.gov/workspace/contract/opp/ab80643beca24b9c8b7e5f5d70f52c58/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 1, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, North Atlantic Engineer Division, Baltimore, MD</description>
                   <pubDate>Wed, 1 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2044</link></item>
			
			<item>
				<title>F -- COLD BAY ALASKA GROUNDWATER MONITORING (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00233&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 21, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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&apos;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d1e1f99976214654b50e8bf3521c0f19/view"&gt;https://sam.gov/workspace/contract/opp/d1e1f99976214654b50e8bf3521c0f19/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 10, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Fri, 10 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2046</link></item>
			
			<item>
				<title>F -- RALSTON ISLAND, AK REMEDIAL ACTION AND GWM (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00235&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 21, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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&apos;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/6a28c6f0ddba412eada459069a621ec9/view"&gt;https://sam.gov/workspace/contract/opp/6a28c6f0ddba412eada459069a621ec9/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 10, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Fri, 10 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2047</link></item>
			
			<item>
				<title>F -- COMBAT ARMS INSPECTION AND CLEANING SERVICES (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA461326Q1004&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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&apos;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/47470647637e4da7b0559ab249a0835e/view"&gt;https://sam.gov/workspace/contract/opp/47470647637e4da7b0559ab249a0835e/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 7, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Global Strike Command, FE Warren AFB, WY</description>
                   <pubDate>Tue, 7 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2048</link></item>
			
			<item>
				<title>F -- SOLICITATION; FA890326R0019; OPTIMIZED REMEDIATION CONTRACT AT FAIRCHILD AIR FORCE BASE, WASHINGTON (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA890326R0019&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 6, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/71c0da1123e14035a9362041544b82ab/view"&gt;https://sam.gov/workspace/contract/opp/71c0da1123e14035a9362041544b82ab/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Materiel Command, AF Installation and Missions Support Center, JBSA Lackland, TX</description>
                   <pubDate>Mon, 6 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2049</link></item>
			
			<item>
				<title>F -- ENVIRONMENTAL REMEDIATION SERVICES TOOELE ARMY DEPOT, UTAH (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9124J-26-R-EE04&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 27, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f1d48da96025439abdae1bc96004d657/view"&gt;https://sam.gov/workspace/contract/opp/f1d48da96025439abdae1bc96004d657/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 10, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Army, ACC, Mission and Installation Contracting Command, FDO Sam Houston, TX</description>
                   <pubDate>Fri, 10 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2050</link></item>
			
			<item>
				<title>F -- EIGHTEEN MILE CREEK SATOC (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912DQ26RA031&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/4eff4fc4f7df4fe6a51bfbfa6e21daed/view"&gt;https://sam.gov/workspace/contract/opp/4eff4fc4f7df4fe6a51bfbfa6e21daed/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 7, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Northwestern Engineer Division, Kansas City District, Kansas City, MO</description>
                   <pubDate>Tue, 7 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2051</link></item>
			
			<item>
				<title>Z -- ASBESTOS ABATEMENT &amp; INSTALL NEW FLOORING (ATHENS, GA) (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;1232SA26Q0459&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 7, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Agriculture, Agricultural Research Service, requires asbestos abatement at the U.S. National Poultry Research Center (USNPRC) in Athen, Georgia. USNPRC is designed to contain Bio-Safety Level (BSL) -2, BSL-3, ABSL-3, and BSL-3Ag animal agricultural research. Companies associated with services for the facility shall fully understand the construction types and maintenance methods associated with these facilities. The scope of work includes abating asbestos carpet and floor tiles in Building 1, Room 733C by installing polyurethane sheeting as critical barriers, establishing negative pressure containment, and using a HEPA vacuum cleaner at all times; all work will be performed by certified asbestos abatement supervisors and workers equipped with full personal protective equipment, and all removed asbestos will be double-bagged, labeled, and disposed of at a state-approved landfill. Additional requirements include installing new approved floor tiles, providing required samples to the site safety officer, and thoroughly cleaning the workspace. Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. Due to the nature of this project, the contractor is required to schedule the work on the weekends with 24-hour prior notice. The period of performance will be 45 days from the Notice to Proceed. OFFERS ARE DUE BY 12:00 PM EDT ON MAY 7, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/57f0f88790cf43d5bac69213849d93ea/view"&gt;https://sam.gov/workspace/contract/opp/57f0f88790cf43d5bac69213849d93ea/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Agriculture, Agricultural Research Service, Beltsville, MD</description>
                   <pubDate>Fri, 17 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2052</link></item>
			
			<item>
				<title>Z -- Z1DA--578-26-004: IDIQ ACM ABATEMENT BASE (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C25226B0020&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 11, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of Veterans Affairs requires abatement services in Buildings 1 and 200 of the Edward Hines VA Hospital in Hines, Illinois. Multiple rooms within Building 1 are currently unoccupied and in need of abatement before they can be reoccupied. There is pipe insulation in the Stone Space of Building 200 that needs to be abated so repairs can be completed. The Scope of Work includes asbestos abatement, lead abatement, mold remediation, removal of all flooring, including non-ACM tile and carpeting. The contractor shall assume that demolition of ceilings and grid work will be necessary to access the above ceiling pipe insulation. The contractor is to assume they will have uninterrupted access to the Stone Space of Building 200. A pre-bid site visit is encouraged and should be coordinated with the COR seven calendar days prior to the requested date. OFFERS ARE DUE BY 12:00 PM CDT ON MAY 11, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/17c658ee64234552933a86de95d38b6f/view"&gt;https://sam.gov/workspace/contract/opp/17c658ee64234552933a86de95d38b6f/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 9, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 252-Network Contract Office 12, Milwaukee, WI</description>
                   <pubDate>Thu, 9 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2053</link></item>
			
			<item>
				<title>J -- PRE-CON RISK ASSESSMENT, ASBESTOS AND WATER INTRUSION (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;ACQ-IHS-2026-00033&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;May 20, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A BUY INDIAN SET-ASIDE. The Indian Health Service requires a contractor to provide the Phoenix Indian Medical Center (PIMC) in Phoenix, Arizona, with support to comply with PIMC policies related to pre-construction risk assessment, asbestos safety, and water intrusion. The contractor shall support PIMC in meeting ICRA 2.0 requirements established by the American Society of Healthcare Engineers (ASHE) and provide additional construction labor as needed; deliver 24/7 rapid response services to address clean and contaminated water leaks in accordance with ANSI/IICRC S500-2021 standards; provide certified industrial hygiene services and recommendations for remediation of mold- and water-affected materials; and perform demolition and remediation of materials containing asbestos, lead, mold, or contaminated water while assisting with construction labor to restore affected areas. All technicians performing drying and remediation tasks must hold Applied Structural Drying Technician (ASD), Building Moisture Inspector (BMI), Commercial Drying Specialist (CDS), and/or Water Damage Restoration Technician (WRT) certifications through IICRC.org. All technicians performing asbestos abatement must hold appropriate Class II/III worker certifications. All work must be performed by subcontractors and technicians with experience in hospital occupancies. The contract period of performance shall consist of one base year and four option years. OFFERS ARE DUE BY 1:00 PM PDT ON MAY 20, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/4f2cdec85e3149f8841cb28fd7ba1844/view"&gt;https://sam.gov/workspace/contract/opp/4f2cdec85e3149f8841cb28fd7ba1844/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;April 16, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Health and Human Services, Indian Health Service, Phoenix Area, Phoenix, AZ</description>
                   <pubDate>Thu, 16 Apr 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2054</link></item>
</channel>
</rss>
