Federal Contract Opportunities Update
Notices for July 21-27, 2025
SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between July 21-27, 2025, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.
NOTE: SAM assigns a new URL EVERY TIME a solicitation is updated, which means the links given here will not reflect future changes. To monitor for updates, either enter the SOL at the SAM search interface or use the "Follow" icon (if a registered user).
F -- ASBESTOS ABATEMENT (SRCSGT)
SOL: N5005425Q0377
DUE: August 4, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of the Navy seeks responses from interested firms qualified to provide asbestos abatement services at the Mid-Atlantic Regional Maintenance Center (MARMC) in Norfolk, Virginia. Work includes the removal and disposal of existing carpet, cove base, and asbestos-containing floor tile and black mastic from approximately 10,000 square feet on the first floor of Building LF-18. This includes disassembling and disposing of all office furniture and cubicles. An official Abatement Plan must be submitted and approved prior to starting the abatement work. Following removal, the contractor shall install new 6" black cove base and carpet using appropriate adhesive; the government will provide 1M felt-backed carpet tiles. The contractor is also responsible for painting approximately 8,000 square feet of the interior walls and trim using latex-based primer; off-white satin latex will be used as the topcoat for walls, and white semi-gloss latex paint for the trim. All materials, tools, and supplies required for painting must be provided by the vendor. Additionally, the contractor must conduct OSHA-compliant personal air monitoring, third-party project monitoring, PCM testing, and ensure asbestos waste is disposed of at an EPA- and state-approved landfill. RESPONSES ARE DUE BY 10:00 AM EDT ON AUGUST 4, 2025.
CITE: https://sam.gov/opp/5445186c69a044b5a44931eff74ffa84/view
Posted: July 26, 2025
SPONSOR: U.S. Department of the Navy, NAVSEA, Mid-Atlantic Regional Maintenance Center, Norfolk, VA
F -- ONONDAGA LAKE SUPERFUND SITE, OPERABLE UNIT 2 (SRCSGT)
SOL: W912DQ26RA004
DUE: August 6, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Kansas City District, seeks responses from interested firms qualified to provide soil and sediment remediation at the Ley Creek Deferred Media Portion of the General Motors-Inland Fisher Guide Subsite Operable Unit 2 (OU2) of the Onondaga Lake Superfund Site located in Onondaga County, New York. Remediation involves excavation, transportation, and disposal of approximately 153,600 cubic yards of contaminated and uncontaminated sediments, soil and dredged material in Ley Creek and surrounding areas; dewatering of excavated creek sediment and upland soil/dredged materials, the design and installation of surface water diversion/by-pass systems during excavation activities; extensive site restoration including the creek channel and bank; and wetland mitigation, restoration, and monitoring. The project will require coordination with multiple stakeholders including Federal, State, and Local authorities such as USACE, U.S. Environmental Protection Agency, New York State Department of Environmental Conservation, New York State Department of Transportation, New York State Thruway Authority, Onondaga County Department of Transportation, Onondaga County Department of Water Environment Protection, Onondaga County Water Authority, Town of Salina, multiple utilities (National Grid, Buckeye, and others) and adjacent landowners. The period of performance will be five years. RESPONSES ARE DUE BY 12:00 PM CDT ON AUGUST 6, 2025.
CITE: https://sam.gov/opp/b43b32b26bfa44e98efc3e05419457c5/view
Posted: July 23, 2025
SPONSOR: U.S. Army Corps of Engineers, Northwestern Engineer Division, Kansas City District, Kansas City, MO
F -- FORMER SANOSTEE SCHOOL SITE REMEDIATION (COMBINE)
SOL: 140A0925R0002
DUE: August 12, 2025
NAICS: 562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE (specific to the Department of Interior and Indian Health Services). The U.S. Department of the Interior, Bureau of Indian Affairs, requires a licensed environmental professional to remediate the now vacant Former Sanostee School in Sanostee, New Mexico. A Phase III report confirmed the presence of hundreds to possibly thousands of pieces of vinyl composition tile (VCT) containing greater than 1% asbestos fibers scattered throughout the property. As reported, these pieces are non-friable and have been determined to have no empirical evidence to cause undue risk to human health or the environment. However, BIA NRO BEM is required to remove all environmental contaminants before the transfer of land back to the Navajo Nation; therefore, the Contractor shall provide a plan to gather and remove all pieces of ACBM VCT from the site. Other required work includes the removal of all surficial and buried cementitious piping, which is considered to be Asbestos-Containing Building Material (ACBM), all forms of concrete, including concrete piers, the asphalt pavement near the entrance of the site, and all tires on the property. The contractor shall conduct a visual inspection of the area to assure that the abatement is complete and no ACBM remains. The contractor shall work with the Navajo Tribal Utility Authority (NTUA) and the Navajo Nation Water Department to ensure the wellhead for the artesian spring on the site complies with and adheres to regulations to protect underground water sources and work with NTUA to address the proper abandonment of all utilities onsite. The award will be a firm-fixed-price contract with a period of performance that is 180 days from the notice to proceed. OFFERS ARE DUE BY 2:00 PM MDT ON AUGUST 12, 2025.
CITE: https://sam.gov/opp/3b138522110943d68ef9e9978afb6562/view
Posted: July 23, 2025
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM
F -- MD-CHESAPEAKE BAY ESFO-LEAD SHOT SITE (SOL)
SOL: 140FC225R0015
DUE: August 21, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Interior, Fish and Wildlife Service, requires a contractor to plan and complete soil removal and remediation at the Lead Shot Site within the Prime Hook National Wildlife Refuge in Milton, Delaware. Key activities include obtaining permits and utility clearances, completing a Health and Safety Plan, conducting environmental surveys (wetlands, trees, soil, groundwater, and surface water), decommissioning unneeded wells, and preparing the site. Additional steps involve identifying clean fill sources, developing a Contaminated Materials Management Plan, implementing the approved remedy (including EnviroBlend® CS application), waste characterization and disposal approvals, invasive species prevention measures, and drafting a Long-Term Stewardship Plan outlining future site restrictions and monitoring. The award will be a firm-fixed-price contract with a period of performance of 545 calendar days after receipt of the Notice to Proceed. OFFERS ARE DUE BY 5:00 PM EDT ON AUGUST 21, 2025.
CITE: https://sam.gov/opp/3ef17a24aaf14a94a5f242caf0fcb69a/view
Posted: July 22, 2025
SPONSOR: U.S. Department of the Interior, Fish and Wildlife Service, Construction A/E Team 2, Falls Church, VA
F -- FORT NIOBRARA NWR - FIRE RANGE REMEDIATION (SOL)
SOL: 140FGA25Q0036
DUE: August 22, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Interior, Fish and Wildlife Service, requires a contractor to remediate the Small Arms Firing Range (SAFR) at the Fort Niobrara National Wildlife Refuge near Valentine, Nebraska. The firing range is approximately .6 acres in size, 40 meters wide, 120 meters long, with a 5-meter earthen target berm at the south end. The work includes but is not limited to: site characterization via soil sampling and excavation and sieving of approximately 165 cubic yards of soil for bullet and bullet fragments from the berm face; and confirmation sampling of the face of the berm via soil and groundwater sampling for metals. Characterization sampling of the soil shall include, as a minimum, the collection of twenty (20) discrete random soil samples from areas within the range perimeter and sampling for "total metals." Metals to be sampled for are Cu, Ni, Pb, Zn, Sb, Sn, and As. Soil below contaminant levels will be left on-site and is the responsibility of the U.S. Fish and Wildlife Service for further action. Once the site is clean, the contractor shall provide a written Corrective Action Completion Report and obtain a "No Further Action" letter from the Nebraska Environmental Protection Agency as part of the Site Remediation Program. The contractor must sign up for the Voluntary Cleanup Program with the State of Nebraska and must obtain a No Further Action Letter. A pre-proposal site visit is scheduled for August 6th at 10:00 AM local time at the refuge. The award will be a firm-fixed-price contract with a one-year period of performance, expected to begin on October 1, 2025. OFFERS ARE DUE BY 12:00 PM PDT ON AUGUST 22, 2025.
CITE: https://sam.gov/opp/13fd4122763f45529265e85dd0f7c0ad/view
Posted: July 21, 2025
SPONSOR: U.S. Department of the Interior, Fish and Wildlife Service, GAOA, Falls Church, VA
F -- F108--REMOVE ASBESTOS IN BUILDING 1 (PRESOL)
SOL: 36C24225R0097
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JULY 8, 2025, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to remove asbestos-containing materials from Building 1 at the VA New Jersey Healthcare System's East Orange Campus at 385 Tremont Avenue in East Orange, New Jersey. The contractor is required to conduct a walkthrough of the designated locations to verify existing conditions and provide complete construction services. A detailed work schedule must be submitted, outlining project phases, locations, and timelines, and coordination with the Contracting Officer's Representative (COR) and affected services is required. Additionally, the contractor must hold a license with the New Jersey Department of Labor and Workforce Development and provide proof of licensing for asbestos abatement work in the state. The anticipated period of performance is expected to be 90 calendar days after award. There is no solicitation at this time.
CITE: https://sam.gov/opp/9c5bb528d5b84fa1aecc644bd5b533e3/view
Posted: July 23, 2025
SPONSOR: U.S. Department of Veterans Affairs, 242-Network Contract Office 02, Albany, NY