Skip to main content
U.S. flag

An official website of the United States government

Dot gov

The .gov means it's official.
Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you're on a federal government site.

Https

The site is secure.
The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely.

information

We are making some changes to CLU-IN. If you have any feedback or questions, please contact us.

Share |
Connect | Archived Internet Seminars and Podcasts News Feeds (RSS) TechDirect and Newsletters
View Notices for:

Federal Contract Opportunities Update

Notices for June 2-8, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between June 2-8, 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 -- WA LITTLE PEND OREILLE NWR ASBESTOS ABTM (COMBINE)
SOL: 140FS125Q0095
DUE: June 17, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires a contractor to perform abatement services at the Little Pend National Wildlife Refuge in Colville, Washington. The work involves abating approximately 192 square feet of mud texture on a cement wall in the bathroom, which contains 1-3% chrysotile asbestos. This includes removing baseboards to access and abate the mud behind them and cleaning ladders and tools that can be wiped down. In addition, the ventilation ducts throughout the house must be cleaned, all horizontal, hard, flat surfaces throughout the house must be mopped or wet wiped, and all carpeted surfaces must be vacuumed using a HEPA vacuum. Finally, clearance sampling must be conducted after all abatement and cleanup activities are complete. The award will be a firm-fixed-price contract with work to be completed by July 31, 2025. OFFERS ARE DUE BY 5:00 PM EDT ON JUNE 17, 2025.
CITE: https://sam.gov/opp/51a0ce83cb1c427f846c3eea15d9bd11/view
Posted: June 4, 2025
SPONSOR: U.S. Fish and Wildlife Service, SAT Team 1, Falls Church, VA

Z -- FORMOSA MINE REMEDIAL ACTION CAPPING PROJECT (SRCSGT)
SOL: W912DW25R0008_SS3
DUE: June 20, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for the Formosa Mine Remedial Action Capping Project in Riddle, Oregon. The project scope of work consists of activities necessary to implement primarily the earthwork-related requirements of the EPA's Record of Decision for the Formosa Mine Superfund Site Operable Unit (OU) 1. OU1 includes all surface and subsurface mine materials deposited outside of the underground mine workings and considered "source materials" for the Site. These include materials excavated during construction and operation of the mine, such as waste rock, ore, tailings, construction rock, road surfaces, and contaminated soils. The objectives of the OU1 remedial action are to remove, consolidate, and restrict or minimize the interaction of contaminant source materials with precipitation, surface water runoff, and groundwater. The remedial approach focuses on preventing direct exposure to mine waste with elevated metal concentrations and reducing acid rock drainage (ARD) generation, thereby reducing impacts on groundwater and surface water. The remedial action includes OU1 mine materials at the encapsulation mound (EM); former ore storage/million-gallon storage tank area; the Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRDs); and roads containing mine materials adjacent to these areas. The specific project scope of work includes the following actions: stabilizing the steep encapsulation mound (EM) slopes with gabion walls; development of a clean materials borrow area and non-primary mine disturbance area (PDMA) mine material repository; grading and consolidation of mine materials in the non-PMDA mine material repository; impermeable cover construction on the EM, former ore storage/million-gallon storage tank, and non-PMDA mine material repository; grading, amendment and revegetation of mine materials at the area southwest of the EM, and Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRD)s; and excavation of mine materials from roads, reconstruction of roads within the project limits, and construction of a steep slope northwest (NW) access road for gabion wall placement. The proposed project award will be a firm-fixed-price contract and is predominantly construction (at least 51%). The magnitude is estimated to be in the range of $25,000,000 and $100,000,000. 100 percent payment and performance bonds will be required. CAPABILITY PACKAGES ARE DUE BY 2:00 PM PDT ON JUNE 20, 2025.
CITE: https://sam.gov/opp/b19db9b1b2c34773a70e1ba6ec3c5a86/view
Posted: June 6, 2025
SPONSOR: U.S. Army Corps of Engineers, Engineer Division Northwestern, Seattle District, Seattle, WA

F -- ASBESTOS ABATEMENT BPA (COMBINE)
SOL: FA460025Q0050
DUE: June 23, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force requires a contractor to provide asbestos/lead-based paint (LBP) testing/sampling and abatement and removal services across multiple buildings for the 55th Civil Engineering Squadron on Offutt AFB in Nebraska. Work includes both non-emergency and emergency abatement services. The purpose of asbestos testing and sampling inspections is to identify the locations, quantities, and material types of asbestos or LBP-containing materials present within the affected spaces. The contractor shall remove ACM from designated Offutt AFB facilities as directed within the scope of individual call orders. Suppose unforeseen asbestos-containing material is found at the job site but is not included within the scope of the respective call order. In that case, the Contractor shall immediately notify the Contracting Officer. Asbestos plan development, air monitoring analysis, and reporting on air monitoring test results are required. After receipt of a call order notification, a site visit with BPA Contractor(s), Civil Engineering Squadron (CES) personnel, and project management personnel will be held generally within five (5) business days to brief the overall scope of the work so that Contractors can ascertain the general conditions that could materially affect pricing and the corresponding abatement submission. All questions concerning this solicitation shall be sent in writing by 11:00 AM CDT on Wednesday, June 11, 2025. OFFERS ARE DUE BY 11:00 AM CDT ON JUNE 25, 2025.
CITE: https://sam.gov/opp/718d6211082740cfa09ca10a6fa980aa/view
Posted: June 4, 2025
SPONSOR: U.S. Department of the Air Force, Air Combat Command, Offutt AFB, NE

Z -- PROJECT LABOR AGREEMENT SURVEY (SNOTE)
SOL: PLASFORMOU1
DUE: June 23, 2025
NAICS: 562910. The Corps of Engineers Seattle District is soliciting comments from the construction community addressing the required use of a Project Labor Agreement (PLA) for large-scale construction projects as defined by FAR 22.502 (total estimated costs of the construction contract to the Federal Government is $35 million or more) at the Formosa Mind Superfund Site. The Formosa Mine Superfund site is an abandoned mine located in southwest Oregon in Douglas County. The project scope of work consists of activities necessary to implement primarily the earthwork-related requirements of the EPA's Record of Decision for the Formosa Mine Superfund Site Operable Unit (OU) 1. OU1 includes all surface and subsurface mine materials deposited outside of the underground mine workings and considered "source materials" for the Site. These include materials excavated during the construction and operation of the mine, such as waste rock, ore, tailings, construction rock, road surfaces, and contaminated soils. The objectives of the OU1 remedial action are to remove, consolidate, and restrict or minimize the interaction of contaminant source materials with precipitation, surface water runoff, and groundwater. The remedial approach focuses on preventing direct exposure to mine waste with elevated concentrations of metals and reducing acid rock drainage (ARD) generation, thus, reducing impacts to groundwater and surface water. The remedial action includes OU1 mine materials at the encapsulation mound (EM); former ore storage/million-gallon storage tank area; the Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRDs); and roads containing mine materials adjacent to these areas. The construction community is invited to comment on the use of PLAs using the following: 1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3) Are you aware of time-sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4) Identify specific reasons why or how you believe a PLA would advance the Federal Government's interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Government's interest in achieving economy and efficiency in Federal procurement. 6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Also, provide a list of recent (2-5 years) construction projects in the local labor market of the project under consideration. RESPONSES TO THIS PLA MARKET SURVEY ARE DUE BY 2:00 PM PDT ON JUNE 23, 2025.
CITE: https://sam.gov/opp/f772480175024cfa93fc1effe1413978/view
Posted: June 6, 2025
SPONSOR: U.S. Army Corps of Engineers, Engineer Division Northwestern, Seattle District, Seattle, WA

F -- SOURCES SOUGHT FOR FISCAL YEAR (FY) 26 SHAW AIR FORCE BASE OPTIMIZED REMEDIATION CONTRACT (ORC) (SRCSGT)
SOL: W912HN25S1001
DUE: July 7, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Savannah District, seeks responses from industry regarding a potential Optimized Remediation Contract (ORC) at Shaw Air Force Base (AFB) in South Carolina. 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 23 Installation Restoration Program (IRP) sites. The intent of the ORC initiative is to advance site cleanup 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. SURVEY RESPONSES ARE DUE BY 2:00 PM EDT ON JULY 7, 2025.
CITE: https://sam.gov/opp/803bd63beaa8458782c6527c3201dfa1/view
Posted: June 6, 2025
SPONSOR: U.S. Army Corps of Engineers, South Atlantic Engineer Division, Savannah District, Savannah, GA

Z -- Z2DA--ASBESTOS ABATEMENT AND REMEDIATION FOR VAMC OKC, OK (SOL)
SOL: 36C25925Q0296
DUE: July 16, 2025
NAICS: 562910. THIS IS A TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to: provide a certified industrial hygienist to perform all necessary testing and survey work; conduct pre-abatement work, including the creation of asbestos abatement drawings provided by designer certified within the state of Oklahoma -- and approvals; construct and maintain work area isolation; conduct abatement work, removal, and disposal of asbestos-containing materials (ACM); replace and/or refinish affected/impacted area finishes; and remove the isolation work area throughout the hospital as indicated by this and supporting documentation. The contractor will also be required to provide a third-party, independent certified industrial hygienist to represent the VA for all necessary testing (specific Transmission Electron Microscopy (TEM) testing must be performed to certify decontamination of the work area). A non‑mandatory pre‑bid site visit will be held at 1:00 PM Mountain Time (MT) on June 18, 2025. OFFERS ARE DUE BY 10:00 AM MDT ON JULY 16, 2025.
CITE: https://sam.gov/opp/4e710973393d4b039fb87b7d438d9523/view
Posted: June 4, 2025
SPONSOR: U.S. Department of Veterans Affairs, Network Contracting Office 19, Greenwood Village, CO

F -- TECHNICAL ASSESSMENT & RESPONSE TEAM (TART) (PRESOL)
SOL: 68HE0925Q0002
NAICS: 541620. WHEN THIS SOLICITATION IS RELEASED SOMETIME IN JUNE OR JULY 2025, IT WILL BE COMPETED AS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency, Region 9 Contracting Office plans to issue a solicitation for its Water Assistance Technical Emergency Response (WATER) contract, which supports the implementation of EPA's responsibilities under the Clean Water Act (CWA) and Safe Drinking Water Act (SDWA). The contractor shall support EPA in fulfilling these responsibilities within the region as well as outside the region on a backup regional response, cross-regional response, and national response. The contractor shall be prepared to provide scientific/technical support to EPA's water emergency responses. At times, following all the same specifications in this statement of work (SOW), operations and activities may be funded under Recovery Support Function (RSF) mission assignments, being fundamentally identical except for the type of funding EPA will utilize. Additionally, the contractor shall provide services to water programs for routine work as assigned. For each assigned task, the contractor shall provide qualified personnel with current credentials/certifications, as well as all supplies, materials, tools, and equipment necessary to complete all assigned tasks. Unless the contrary is specified, these activities are intended to support the entire water sector, including drinking water systems (sources, pumping, storage, treatment and distribution, etc.), wastewater systems (collection, treatment, storage, discharges, etc.), as well as stormwater systems (conveyance, storage, as-needed treatment, etc). The technical requirements under this Statement of Work (SOW) include response, preparedness and prevention, assessment and evaluation, technical support, data management, and training. There is no solicitation at this time.
CITE: https://sam.gov/opp/f7e7ef5308e441b8afb22ef888084d36/view
Posted: June 5, 2025
SPONSOR: U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA

F -- WATER EMERGENCY AND RAPID RESPONSE SERVICES (WERRS) (PRESOL)
SOL: 68HE0925Q0003
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED SOMETIME IN JUNE OR JULY 2025, IT WILL BE COMPETED AS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency, Region 9 Contracting Office, plans to issue a solicitation for support of its Water Emergency and Rapid Response Services (WERRS) contract. The purpose of the Water Emergency and Rapid Response Services (WERRS) contract is to provide consistent services to the U.S. Environmental Protection Agency (EPA) and other federal officials implementing EPA's responsibilities, and fast support to drinking water and wastewater utilities located in EPA Region 9 during emergencies resulting from natural and manmade disasters, terrorist activities, weapons of mass destruction, and nuclear, biological or chemical incidents. These responsibilities are described in the background below. The contractor shall fulfill these responsibilities within the region as well as outside the region on a backup regional response, cross regional response, and national response. For each assigned task, the contractor shall provide appropriately experienced, trained, and accredited personnel with current credentials/certifications, as well as all supplies, materials, tools, and equipment necessary to complete the job. The contractor shall take any actions required to restore water and wastewater services including: emergency repairs to infrastructure; isolation of contaminated facilities or pipelines; or general mitigation strategies to correct damage from Natural or man-made disasters. Technical requirements under this contract include emergency response, sampling, monitoring, site stabilization, controlling spilled material, waste treatment, restoration, removal actions, transportation, treatment and disposal. There is no solicitation at this time.
CITE: https://sam.gov/opp/ac97f6526d0f4e158c3cce81e3b5344c/view
Posted: June 5, 2025
SPONSOR: U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA