CLU-IN Home

U.S. EPA Contaminated Site Cleanup Information (CLU-IN)


U.S. Environmental Protection Agency
U.S. EPA Technology Innovation and Field Services Division
View Notices for:

Federal Contract Opportunities Update


Notices for April 29-May 5, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between April 29-May 5, 2024, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.

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

F -- WHITEMAN RANGE CLEANING SERVICES (COMBINE)
SOL: FA462524Q1036
DUE: May 17, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force, Global Strike Command, at Whiteman AFB requires a contractor to perform monthly copper and hazardous waste decontamination, clean-up, removal and disposal from the Combat Arms 25-meter firing range in Building 1235 on Whiteman Air Force Base in Missouri. Removal of copper dust and all debris (hazardous and nonhazardous) from the range floor, firing platform, backstop plates and behind the bullet trap is required monthly. Removal, disposal, and replacement of the 55-gallon "skinny" barrels from the Dust Collection Unit and Auger system are required on an "as needed" basis. The contractor shall clean the 25-meter range in accordance with guidance set forth in OSHA standard 29 CFR Parts 1910 and 1926, 49 CFR 100-199 and 261. In accordance with these guidelines, the contractor will use proper personal protective equipment (PPE); site security, clean up, and decontamination procedures; medical monitoring and disposition of waste; hazardous waste spills and decontamination contingency plans; and emergency procedures for their workers. OFFERS ARE DUE BY 9:00 AM CDT ON MAY 17, 2024.
CITE: https://sam.gov/opp/aaae2d2f41d94af2bac7c5714c438983/view
Posted: May 1, 2024
SPONSOR: U.S. Department of the Air Force, Global Strike Command, Whiteman AFB, MO

F -- ENVIRONMENTAL REMEDIATION OF AMERICAN CREOSOTE WORKS - PENSACOLA (ACW-PENSACOLA) SUPERFUND SITE (SRCSGT)
SOL: W9127823R0015
DUE: May 23, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Mobile District, seeks to acquire information about the number and capability of qualified small and large businesses interested in providing remediation services at the ACW-Pensacola Superfund site in Pensacola, Florida. Remediation of the site will include but is not limited to: executing an existing design involving surveying; earth moving; landscaping; tree removal; fencing removal and/or replacement; excavation; installation of a subterranean wall measuring 117 feet deep, between 3 and 5 feet in width, and measuring 1.5 miles in length. It is estimated that 120,000 cubic yards of soil will be excavated during the this effort. Material excavated as a part of this project would be subject to thermal treatment and then stored on site. A cap would be placed over all excavated materials along with associated drainage control structures. The size of this cap is estimated to be between 5 and 6 acres. This proposed project is expected to be awarded using a competitive, firm-fixed-price, definite delivery C-Type contract procured in accordance with FAR 15, Negotiated Procurement using the "Lowest Price, Technically Acceptable" process. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000 with an estimated duration of three years. CAPABILITY STATEMENTS ARE DUE BY 2:00 PM CDT ON MAY 23, 2024.
CITE: https://sam.gov/opp/164838c1fc5e4aafb6ef832249b6eb9e/view
Posted: May 3, 2024
SPONSOR: U.S. Army Corps of Engineers, South Atlantic Division, Mobile District, AL

F -- ENVIRONMENTAL REMEDIATION OF THE ESCAMBIA WOOD TREATING (ETC) SUPERFUND SITE, PENSACOLA, FLORIDA (SRCSGT)
SOL: W9127823R0016
DUE: May 24, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Mobile District, seeks to acquire information on the number and capability of qualified small and large businesses interested in providing remediation services at Operable Uit 2 of the Escambia Wood Treating Company Superfund site in Pensacola, Florida. Remediation of the site will include but is not limited to: executing an existing design involving surveying; earth moving; landscaping; installation/operation of one of the following systems: Steam‐Enhanced Extraction; Surfactant‐Enhanced Aquifer Remediation (SEAR); In‐Situ Chemical Oxidation (ISCO) or In‐Situ Enhanced Biodegradation (ISEB) for treating groundwater and soil contamination. This proposed project is expected to be awarded using a competitive, firm‐fixed-price, definite delivery C‐Type contract procured in accordance with FAR 15, Negotiated Procurement using the "Lowest Price, Technically Acceptable" process. The type of set‐aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000. The contract period of performance will include a base period and two option periods. The total contract capacity will not exceed $40,000,000.00. CAPABILITY STATEMENTS ARE DUE BY 2:00 PM CDT ON MAY 24, 2024.
CITE: https://sam.gov/opp/dc9bcc5608f749b4957cc9dbcc07e962/view
Posted: May 3, 2024
SPONSOR: U.S. Army Corps of Engineers, South Atlantic Division, Mobile District, AL

P -- GAOA GFO OLD DM HOUSE REMOVAL (SOL)
SOL: 140L6324Q0014
DUE: May 28, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET‐ASIDE. The U.S. Department of the Interior, Bureau of Land Management, requires a contractor to abate asbestos and other hazards, and to demolish and deconstruct the Bureau of Land Management's (BLM) Old District Manager's House at the Glennallen Field Office in Glennallen, Alaska. The Old District Manager's House is a log structure with stud walls and other wood structural elements with a total size of approximately 1,600 square feet. Work on site is limited to 7:00 AM to 6:00 PM, Monday through Friday. No work is permitted on weekends or federal holidays without prior written approval from the BLM on‐site representative. All wastes and debris must be properly recycled or disposed of at offsite permitted facilities. Contractors interested in a pre‐bid site visit can arrange a time to visit the site. The award will be a firm‐fixed‐price contract with a performance period from July 1 through September 30, 2024. OFFERS ARE DUE BY 5:00 PM AKDT ON MAY 28, 2024.
CITE: https://sam.gov/opp/65ad3e0dede341bd973513984fb5eac2/view
Posted: May 1, 2024
SPONSOR: U.S. Department of the Interior, Bureau of Land Management, Alaska State Office, Anchorage, AK

Z -- FEDERAL PRISON CAMP ASBESTOS REMOVAL HVAC OFFICE; VACANT FARM BUILDING; BARN STORAGE AREA (SOL)
SOL: 15B41824Q00000016
DUE: May 31, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET‐ASIDE. The Federal Bureau of Prisons requires a contractor to remove and dispose of asbestos‐containing materials along approximately 831 linear feet of piping insulation, 20 square feet of duct wrap insulation, and 81 pipe fittings. Work will be conducted at the HVAC office, a vacant farm building, and a barn storage area at the Federal Correctional Complex at 4700 Bureau Road South in Terre Haute, Indiana. All persons will be trained, knowledgeable, and qualified in the techniques of abatement, handling, and disposal of asbestos‐containing materials and cleaning of contaminated sites. The contractor shall supply all labor, materials, services, insurance, permits, and equipment to carry out the work in accordance with all applicable federal, state, and local laws. A site visit is scheduled at 9:30 AM EDT on May 14, 2024. The performance period for the project will be 91 calendar days from the issuance of the notice to proceed. OFFERS ARE DUE BY 11:00 AM EDT ON MAY 31, 2024.
CITE: https://sam.gov/opp/b0c2a08bffca46e1ac87b4c0ed382254/view
Posted: May 1, 2024
SPONSOR: U.S. Department of Justice, Federal Prison System, Bureau of Prisons, USP Terre Haute, IN

Z -- Z1DA--VISN ASBESTOS ABATEMENT SERVICES (SOL)
SOL: 36C24124R0007
DUE: May 31, 2024
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of Veterans Affairs requires routine and emergency response for asbestos abatement and re-insulation services at locations throughout its New England Healthcare System (VISN 1). Facilities include hospitals, outpatient clinics, administrative buildings and spaces, clinical and biomedical research laboratories, boiler plants, chiller plants, maintenance support buildings, ancillary structures, and other real property identified by the Government. Depending on the areas impacted within the VA health care facility, services conducted under this contract may also require job-specific Infection Prevention and Control practices and procedures when determined necessary by an Infection Control Risk Assessment (ICRA) developed by the VA and provided with the Task Order. In addition to providing Asbestos Abatement and Re-insulation Services to VA Medical Centers (VAMCs), the Contractor shall also be capable of providing services to off-campus properties (e.g., VA-owned CBOCs, Vet Centers, Community Care Centers) for more than one city/town and county in each state (CT, MA, ME, NH, RI and VT). For purposes of this contract, "Routine Response" is defined as the Contractor commencing an on-site assessment within two (2) business days of receipt of a routine response request by phone, electronic mail (email) or in person from the VA Contracting Officer (CO). "Emergency Response" is defined as the Contractor commencing an on-site assessment within four (4) hours, 24 hours per day, 7 days per week of receipt of an emergency response request by phone, email, or in person from the VA Contracting Officer. The Contractor shall have at least five (5) years of professional experience providing Asbestos Abatement and Re-Insulation Services at VAMCs and ancillary facilities, and/or other comparable (in size and medical complexity) government agency hospitals (e.g. DoD) and/or private sector hospitals and ancillary facilities. Contractor personnel shall have professional knowledge of the principles, practices and procedures of the Asbestos Abatement industry as described in the publications in the References section. The award will be a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with fixed-price task orders and more than one contractor with capabilities to provide the services required for each Facility in VISN 1 where applicable. OFFERS ARE DUE BY 11:00 AM EDT ON MAY 31, 2024.
CITE: https://sam.gov/opp/d9a97fd2716a432791f64d35e9660977/view
Posted: May 1, 2024
SPONSOR: U.S. Department of Veterans Affairs, 241 Network Contract Office 01, Togus, ME