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 22-28, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between April 22-28, 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 -- POLYCHLORINATED BIPHENYL (PCB) REMEDIATION PROGRAM (PCBRP) SOLICITATION (SOL)
SOL: FA8214-24-R-7002
DUE: May 6, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force requires a contractor to remediate and dispose of Polychlorinated Biphenyls (PCBs) within its Minuteman III Missile Alert Facilities (MAFs) and Launch Control Centers (LCCs). The program will be supported via a Firm-Fixed-Price/Time and Material Multiple Award Indefinite Delivery Indefinite Quantity contract covering sites located in Utah, Wyoming, Montana, North Dakota, Nebraska, Colorado and California. OFFERS ARE DUE BY 2:00 PM MDT ON MAY 6, 2024.
CITE: https://sam.gov/opp/1c8619c2ada845b78113d6744cc03edf/view
Posted: April 25, 2024
SPONSOR: U.S. Department of the Air Force, Air Force Nuclear Weapon Center, Strategic Systems, Hill AFB, UT

J -- OPTION - BULLET TRAP AND SHOOTING RANGE MAINTENANCE ON THE TARGET SYSTEM APPARATUS (COMBINE)
SOL: 70B03C24Q00000163_01
DUE: May 8, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Homeland Security, U.S. Customs and Border Protection, requires a specialist in bullet trap and shooting range cleaning to provide range cleaning services at its facility at 1100 Raymond Boulevard in Newark, New Jersey. The system is comprised of mechanical and electrical components in which preventative cleaning is required to keep the apparatus as a whole functioning properly. Work includes recycling the bullet trap, cleaning parts of the shooting range; supplying and installing the facility's range ventilation pre, secondary, and HEPA filters; and waste disposal. The award will be a firm-fixed-price contract with a one-year base period and four one-year option periods. OFFERS ARE DUE BY 5:00 PM EDT ON MAY 8, 2024.
CITE: https://sam.gov/opp/f8f38f4a73f94806b7449859cf672d6e/view
Posted: April 25, 2024
SPONSOR: U.S. Department of Homeland Security, U.S. Customs and Border Protection, Border Enforcement Center Division, Washington, DC

F -- COMBAT ARMS TRAINING AND MAINTENANCE (CATM) FIRING RANGE MAINTENANCE SERVICES (SOL)
SOL: FA480324Q0008
DUE: May 15, 2024
NAICS: 562112. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of the Air Force, Air Combat Command, requires a contractor to provide combat arms range cleaning and hazardous materials/debris removal from Building 1833 of the 20th Security Forces Combat Arms Weapons Firing Range at Shaw AFB, in South Carolina. Annually, services include the purchase, removal, packaging, and changing out forty-five (45) 24"x24"x12" HEPA filters and forty-five (45) 24"x24"x 2" pre-filters; removal of waste material/debris to include dust, gun firing residue from approximately 13,406 square feet of space inside the range; removal of hazardous materials (gun firing residue/frangible dust/drums of bullet debris from the auger system) from approximately 1,680 square feet of space on the back side of the building using HEPA vacuuming from the back side of the range; and the bagging of containerized debris (dirt, dust, bullet residue, gun powder residue, and personal protective equipment) for pick up. Quarterly, services include filter inspection; filter changes; surface cleaning; Back Side of Building Cleaning: and packaging of gun firing residue/frangible dust/debris for pick up. A site visit is scheduled at 10:00 AM EDT on May 3, 2024. OFFERS ARE DUE BY 11:00 AM EDT ON MAY 15, 2024.
CITE: https://sam.gov/opp/e0b2f9a2f9e54d9994055b1dba8e20c4/view
Posted: April 22, 2024
SPONSOR: U.S. Department of the Air Force, Air Combat Command, Shaw AFB, SC

F -- JOINT BASE CAPE COD (JBCC) OPTIMIZED REMEDIATION CONTRACT (ORC) (SOL)
SOL: W912DR24R0018
DUE: May 22, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to perform environmental remediation activities at Joint Base Cape Cod (JBCC). The range of activities includes investigation, design, construction of remedial systems, operation and maintenance of established remedies including wind turbines, optimization at applicable sites, and achievement of site-specific objectives. The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives at sixteen (16) Installation Restoration Program (IRP) sites and one (1) Military Munitions Response Program (MMRP) site. The award will be a firm-fixed-price standalone C-type environmental services contract. OFFERS ARE DUE BY 12:00 PM EDT ON MAY 22, 2024.
CITE: https://sam.gov/opp/2a5c67e8c5694511942f70abcecc8b8d/view
Posted: April 24, 2024
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Baltimore, MD

COMPOSITE CAP INSTALLATION OVER CONTAMINATED MINE WASTE ASSOCIATED WITH THE CALLAHAN MINE SUPERFUND SITE IN BROOKSVILLE, MAINE (SRCSGT)
SOL: W912WJ24X0038
DUE: May 22, 2024
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, New England District seeks to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns for the installation of a composite cap over approximately 13 acres of contaminated mine waste associated with the Callahan Mine Superfund Site in Brooksville, Maine. 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 of crushed stone (3-inch minus), geocomposite drainage layer, 60-mil textured geomembrane (seam welded), and geofabric. All crushed stone will be sourced from onsite and imported granular material will not be required. Other activities to be performed under this contract may include the installation of drainage features (e.g., swales, culverts, etc.), grading, seeding, and stabilization of disturbed areas outside the stone cover system, rock crushing, stockpile management, and wetland improvements. CAPABILITIES PACKAGES ARE DUE BY 2:00 PM EDT ON MAY 22, 2024.
CITE: https://sam.gov/opp/aa796b88c8a54189926c39f8e25e3324/view
Posted: April 22, 2024
SPONSOR: U.S. Army Corps of Engineers, New England District, Concord, MA

P -- CORONADO (CNF3) NF - RADAR BASE DORMITORY REMOVAL (SOL)
SOL: 127EAU24Q0055
DUE: May 23, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET‐ASIDE. The U.S. Department of Agriculture Forest Service requires demolition services for the Radar Base Dormitory, which is located 45 miles north of the City of Tucson atop the Santa Catalina Mountains in the Santa Catalina Ranger District within Pima County, Arizona. The dormitory is a two‐story concrete block constructed building believed to contain asbestos‐containing materials and lead‐based paint. The work associated with the project consists of: conducting a hazmat survey for lead‐ based paint of the structure prior to demolition; reviewing the existing asbestos inspection report for the structure as necessary prior to demolition; removing and abating all hazmat material prior to structure demolition; and demolishing and cleaning up the structure. The period of performance is expected to be 120 days starting on October 1, 2024. OFFERS ARE DUE BY 5:00 PM EDT ON MAY 23, 2024.
CITE: https://sam.gov/opp/adf8b56277c84853bb2ed09584dd34d2/view
Posted: April 23, 2024
SPONSOR: U.S. Department of Agriculture Forest Service, Albuquerque, NM

F -- TUZI LEAD/ASBESTOS ABATEMENT TUZI VC WINDOWS (COMBINE)
SOL: 140P1524Q0036
DUE: May 24, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Park Service requires a licensed and qualified lead abatement and asbestos abatement mitigation service provider to conduct the comprehensive removal and mitigation of lead and asbestos-containing material and paint within the wood casing, muntin, stile, glass, frame, head, jamb, sash, lintel, apron, stool, rabit, and sill both interior and exterior of all windows situated at the Tuzigoot Visitor Center in Clarkdale, Arizona. The period of performance is expected to be from January 2, 2025, through February 28, 2025. OFFERS ARE DUE BY 5:00 PM ON MAY 24, 2024.
CITE: https://sam.gov/opp/e19700ab44414a36b0b2515656b13feb/view
Posted: April 24, 2024
SPONSOR: U.S. Department of the Interior, National Park Service, Intermountain Region, Flagstaff, AZ

F -- F108--(SERVICE) ASBESTOS ABATEMENT & RE-INSULATION OF PIPING (COMBINE)
SOL: 36C26324Q0634
DUE: May 24, 2024
NAICS: 562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs requires asbestos abatement and re-insulation of 470 linear feet of steam and condensate piping in Buildings 1, 2, and 6 of the Black Hills VA Health Care System in Hot Springs, South Dakota. This work shall be done after normal working hours (after 4:30 PM MDT), and/or on weekends, and will be coordinated in advance with the Contracting Officer Representative. The Contractor shall provide a Project Superintendent for the duration of the project who will coordinate and manage daily work activities for the Contractor. The anticipated 120-day Period of Performance of this service contract is June 28, 2024, to October 26, 2024, unless otherwise determined in writing by the Contracting Officer. QUOTES ARE DUE BY 10:00 AM CDT ON MAY 24, 2024.
CITE: https://sam.gov/opp/9d77526405734f699658e6fdd7200633/view
Posted: April 28, 2024
SPONSOR: U.S. Department of Veterans Affairs, Network Contract Office 23, Saint Paul, MN

F -- SUPERFUND TECHNICAL ASSESSMENT AND RESPONSE TEAM (START) CONTRACT (COMBINE)
SOL: 68HE0324R0016
DUE: June 6, 2024
NAICS: 541620. THIS IS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency seeks qualified firms interested in providing nationally consistent advisory and assistance services to the United States Environmental Protection Agency's On-Scene Coordinators (OSCs) and other federal officials implementing EPA's responsibilities under the national response system under its Superfund Technical Assessment and Response Team (START) contract. The technical requirements include response, preparedness and prevention, assessment and inspection, technical support, data management, and training. Work includes Response Activities in the areas of Emergency Response, Counter-Terrorism Response, Oil Spill Response, Fund-Lead Removal, Potentially Responsible Party Responses, and Minor Containment Response; Assessment/Inspection Activities to identify the priority sites posing threats to human health or the environment; Technical Support Activities to include public participation, administrative records, enforcement support, cost recovery, and general technical support; Data Management Support; Preparedness and Prevention Activities including contingency planning, counter-terrorism/domestic preparedness and prevention, chemical emergency preparedness and prevention, and continuous release; Non-Routine Technical Support Activities; and Training. The period of performance of this contract shall be from December 1, 2024, through November 30, 2029, exclusive of all required reports. OFFERS ARE DUE BY 2:30 PM EDT ON JUNE 6, 2024.
CITE: https://sam.gov/opp/3544cefc3b154a7f8bdcef2d89875968/view
Posted: April 22, 2024
SPONSOR: U.S. Environmental Protection Agency, Region 3 Contracting Office, Philadelphia, PA

F -- R7 VALLEY PARK TCE OPERABLE UNIT 01 REMEDIAL ACTION - IN-SITU THERMAL REMEDIATION (PRESOL)
SOL: 68HE0724R0025
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JUNE 1, 2024, IT WILL BE COMPETED AS A WOMAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency (EPA) Region 7 Acquisition and Management Branch is seeking the services of an experienced firm to perform site remediation of subsurface source material contamination using in-situ thermal remediation (ISTR) technology at the Valley Park TCE Operable Unit 01 in Valley Park, St. Louis County, Missouri. Source material is defined as "material that contains or includes hazardous substances, pollutants, or contaminants that act as a reservoir for migration of contamination to groundwater, to surface water, to air, or acts as a source to direct exposure" by A Guide to Principal Threat and Low-Level Threat Wastes published by EPA in November 1991 (EPA9380.3-06FS). The primary activities associated with the remedial action involve the treatment of source material contaminated with volatile organic compounds (VOCs). Remediation will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) as amended by the Superfund Amendments and Reauthorization Action (SARA), and National Contingency Plan (NCP) requirements. EPA anticipates an indefinite delivery/indefinite quantity (IDIQ) contract with fixed-unit prices consisting of a three-year base period. There is no solicitation at this time.
CITE: https://sam.gov/opp/cf4a8009229d41e48168d6f5b7624881/view
Posted: April 24, 2024
SPONSOR: U.S. Environmental Protection Agency, Region 7 Contracting Office, Lenexa, KS

F -- MAYWOOD FUSRAP SATOC (PRESOL)
SOL: W912DQ23R3040
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MAY 10, 2024, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers plans to issue a solicitation for the Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site (FMSS), Indefinite Delivery/Indefinite Quantity (ID/IQ) 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 and groundwater remediation. It may require, but is not limited to, site definition, studies, decision documents, designs, interim actions, remedial actions, short-term operation and maintenance, laboratory management, reports, and any other actions necessary to implement the soils and groundwater remedies at the FMSS. The capacity of the SATOC is $49 Million. Orders will be firm fixed price and/or cost plus fixed fee. There is no solicitation at this time.
CITE: https://sam.gov/opp/bb099221861b447b8c772780bc476964/view
Posted: April 25, 2024
SPONSOR: U.S. Army Corps of Engineers, Northwestern Division, Kansas City, MO