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 May 20-26, 2024

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between May 20-26, 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).

LEAD ABATEMENT (SRCSGT)
SOL: IHS1495734
DUE: May 30, 2024
NAICS: 541620. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Indian Health Service seeks to identify qualified Indian Economic Enterprises, including any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations, that are interested in providing lead abatement services for the third-floor bath areas at the PIMC Tower located at 4212 North 16th Street in Phoenix, Arizona. There is no solicitation at this time. CAPABILITY STATEMENTS ARE DUE BY 1:00 PM ON MAY 30, 2024
CITE: https://sam.gov/opp/34e16b4b65eb4ec0b0786d669ba3691f/view
Posted: May 23, 2024
SPONSOR: U.S. Department of Health and Human Services, Indian Health Service, Phoenix Area, Phoenix, AZ

F -- REMEDIATION SERVICES WITH ALTERNATE DEMO SERVICES (COMBINE)
SOL: 140FC224R0016
DUE: June 7, 2024
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires the removal and disposal of all asbestos-containing material from an abandoned residence commonly referred to as "The Pink House," located at 60 Plum Island Turnpike in Newbury, Massachusetts. The structure includes an unfinished basement and walk-up attic lookout area and is wood framed with multiple layers of various asphalt roofing totaling 1,512 square feet. The project requires the abatement of lead paint and asbestos from the Pink House. Three additional tasks may also be requested: 1) site preparation (erosion/sediment control) and demolition and removal of the structure; 2) demolition and removal of the poured concrete foundation and slab; and 3) fill and compaction of the foundation area with clean fill and restoration of the site to natural grade. Bids should itemize and separate all four tasks. All work shall be performed by a contractor having a valid asbestos license issued by the State of Massachusetts. The award will be made as a firm-fixed-price contract with an end date of December 31, 2024. Questions are due by 5:00 PM on May 31, 2024. PROPOSALS ARE DUE BY 3:00 PM EDT ON JUNE 7, 2024.
CITE: https://sam.gov/opp/5ed0d44f69134f94b827ee57d8841bfb/view
Posted: May 21, 2024
SPONSOR: U.S. Department of the Interior Fish and Wildlife Service, Construction A/E Team 3, Falls Church, VA

42--SOURCES SOUGHT FOR EMERGENCY SPILL RESPONSE AT EPA (SRCSGT)
SOL: 68HERC24R0216
DUE: June 7, 2024
NAICS: 562211. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Environmental Protection Agency (EPA) is conducting market research to determine if there are interested and capable Open Market and/or GSA offerors in the marketplace with the knowledge, skills, interest, and capability to provide labor, transportation, tools, materials, supervision, or any one or more of such items which are necessary or appropriate to provide spill response cleanup operations for the U.S. Environmental Protection Agency (EPA) in Research Triangle Park and Chapel Hill, North Carolina. This market survey is to determine if the Statement of Work is viable in the marketplace, whether offerors are willing to participate, estimated pricing, and if small businesses are available in the marketplace to participate in the procurement process. The EPA intends to issue a single award firm-fixed-price Blanket Purchase Agreement. There is no solicitation at this time. CAPABILITY STATEMENTS ARE DUE BY 4:30 PM EDT ON JUNE 7, 2024.
CITE: https://sam.gov/opp/75a01194721b4a52bb09bac044576ee0/view
Posted: May 20, 2024
SPONSOR: U.S. Environmental Protection Agency, Cincinnati Acquisition Division, Cincinnati, OH

R -- SOURCES SOUGHT | EPA | REPA 7 (SRCSGT)
SOL: 68HE0924R0025
DUE: June 17, 2024
NAICS: 541620. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Environmental Protection Agency (EPA), Region 9, seeks information from potential sources including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985 titled "Advancing Racial Equity And Support For Underserved Communities Through The Federal Government" for the future EPA RCRA Enforcement, Permitting and Assistance (REPA) procurement. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set aside based on responses received. The purpose of the REPA 7 contract is to provide technical support services to the EPA in support of RCRA program goals. REPA 7 intends to be a consolidated procurement, encompassing the environmental services that are currently being performed under multiple EPA contracts. The environmental support services include, but are not limited to, Technical Reviews, Technical Analysis/Assessment Support and Document Preparation, Field Audit/Oversight and Inspections, Data Review (Validation, Evaluation, and Reporting), Site Investigation and Corrective Action, Case Development, General Enforcement Negotiation Support, Expert Witness/Consultant Support, Records Management, Data Management, Training and Conference Support, Public Involvement and Outreach Activities, Sustainable Materials Management (SMM), and RCRA authorization. The contractors shall have a detailed knowledge and demonstrated experience of applicable State and Federal statutes and regulations as well as a similar understanding of the Executive Orders and local statutes and regulations governing environmental compliance. The contractor shall remain proficient throughout the life of the contract regarding environmental laws and regulations for the jurisdictions in which they plan to perform services. Potential work locations may include sites in EPA Region 02 (NY, NJ, VI, PR), Region 03 (PA, WV, VA, DE, MD, DC), Region 04 (KY, TN, NC, SC, GA, FL, AL, MS), Region 05 (IL, IN, OH, MI, WI, MN), Region 06 (NM, TX, OK, AR, LA), Region 07 (NE, IA, KS, MO), Region 08 (CO, UT, WY, SD, ND, MT), Region 09 (CA, NV, AZ, HI, Pacific Islands) and Region 10 (OR, WA, ID, AK) as requirements arise. Required services may include long-term day-to-day support or one-time special projects. In addition, services may be required at multiple locations simultaneously. The EPA is contemplating awarding IDV contracts to multiple awardees, with an ordering period of at least 5 years, with a potential of up to 10 years, with a potential value of approximately $240M (for a 10-year ordering period). CAPABILITY STATEMENTS ARE DUE BY 5:00 PM PDT ON JUNE 17, 2024.
CITE: https://sam.gov/opp/9718aecf8e2a4cef9b2394e9b918fb89/view
Posted: May 13, 2024
SPONSOR: U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA

F -- TANKS AND CONTAMINATED SOIL REMOVAL (SOL)
SOL: 140L1724Q0017
DUE: June 21, 2024
NAICS: 562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE (SPECIFIC TO THE DEPARTMENT OF INTERIOR AND INDIAN HEALTH SERVICES). The Bureau of Land Management's (BLM) Colorado State Office requires the removal of two flat tanks and approximately 40 cubic feet of hydrocarbon-contaminated soil from Orphan Well Federal 1-35 (api 05-107-06062) near Hayden, Colorado. BLM will provide a pre-award site visit on June 11, 2024, at 10:00 AM MDT. Interested contractors must RSVP no later than June 10, 2024, at 4:30 PM MDT to the COR to confirm attendance. BLM reserves the right to cancel the pre-award site visit if no RSVPs are received by the required date. The BLM contemplates issuing a commercial firm-fixed-price purchase order pursuant to FAR 12 and FAR 13 for one-time performance. This solicitation is issued with the award being made subject to the availability of funds. The award will be a firm-fixed-price contract with a 45-day period of performance upon securing funding for this project. OFFERS ARE DUE BY 5:00 PM MDT ON JUNE 21, 2024.
CITE: https://sam.gov/opp/09b38bfee7794cc7b1174d66cc035952/view
Posted: May 21, 2024
SPONSOR: U.S. Department of the Interior, Bureau of Land Management, Colorado State Office, Lakewood, CO

Z -- BLUE MARSH DAM AND BELTZVILLE DAM LEAD PAINT ABATEMENT (SOL)
SOL: W912BU-24-B-0014
DUE: June 26, 2024
NAICS: 562910. THIS IS A HISTORICALLY UNDERUTILIZED BUSINESS (HUBZONE) SET-ASIDE. The U.S. Army Corps of Engineers requires lead paint abatement and painting services at two dam facilities managed by the Corps. This work includes the removal of all lead-based paint and the repainting of all piping, equipment, and structural elements where the paint was removed. The work will occur at the Beltzville Dam in Lehighton, Pennsylvania, and the Blue Marsh Dam on the Tulpehocken Creek in Leesport, Pennsylvania. Work at the Beltzville Dam includes: the removal of lead-based paint and repainting of existing painted surfaces of the elevator shaft framing surrounding the elevator exterior, including anchor plates, bolts and connection elements, and bents and supports; and removal of lead-based paint and repainting of existing painted surfaces of the water supply line valve and water supply line access hatch. Work at the Blue Marsh Dam includes: the removal of lead-based paint and repainting of existing painted surfaces of the service bridge, including the exterior faces of the webs, top flanges, and bottom flanges of the service bridge girders and the exterior stiffener angles; the removal of lead-based paint and repainting of existing painted surfaces of the service bridge, including the interior faces of the webs, top flanges, and bottom flanges, of the service bridge girders and the interior stiffener and cross frame members; and the removal of lead-based paint and repainting of existing painted surfaces of the service bridge, including the fuel tank and supports, access hatches, stiffeners, bolts, and connection elements, bearing pads, joint plates, and utility conduits and hangers. All work performed onsite will require monitoring for hazardous materials, specifically lead. All hazardous materials produced as a result of the work will be transported and disposed of according to all applicable USACE standards. OFFERS ARE DUE BY 1:00 PM EDT ON JUNE 26, 2024.
CITE: https://sam.gov/opp/cde07153654245cc812581671d6577b5/view
Posted: May 22, 2024
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Philadelphia District, Philadelphia, PA

A -- 2024 ERDC BROAD AGENCY ANNOUNCEMENT (SOL)
SOL: W912HZ-24-BAA-01
DUE: December 31, 2024
NAICS: 541715. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this announcement for various research and development topic areas. The ERDC consists of the Coastal and Hydraulics Laboratory (CHL), the Geotechnical and Structures Laboratory (GSL), the Environmental Laboratory (EL) and the Information Technology Laboratory (ITL) in Vicksburg, Mississippi, the Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire, the Construction Engineering Research Laboratory (CERL) in Champaign, Illinois, and the Geospatial Research Laboratory (GRL) in Alexandria, Virginia. The ERDC is responsible for conducting research in the broad fields of hydraulics, dredging, coastal engineering, instrumentation, oceanography, remote sensing, geotechnical engineering, earthquake engineering, soil effects, vehicle mobility, self-contained munitions, military engineering, geophysics, pavements, protective structures, aquatic plants, water quality, dredged material, treatment of hazardous waste, wetlands, physical/mechanical/ chemical properties of snow and other frozen precipitation, infrastructure and environmental issues for installations, computer science, telecommunications management, energy, facilities maintenance, materials and structures, engineering processes, environmental processes, land and heritage conservation, and ecological processes. This announcement is continuously open; pre-proposals may be submitted and will be reviewed at any time throughout the year. The availability of funds may limit the ability of the U.S. Government to make awards in specific areas. Nevertheless, pre-proposals are sought under this announcement for all research areas identified. For additional details on the research topic areas and how to submit pre-proposals, please go to: https://www.erdcwerx.org/u-s-army-engineer-research-and-development-center-broad-agency-announcement/.
CITE: https://sam.gov/opp/aa62840d141b4282a75d1f8c8921cebb/view
Posted: May 24, 2024
SPONSOR: U.S. Army Corps of Engineers, Other Division, W2R2 YSA Engineering Research and Development Center, Vicksburg, MS

Z -- FY24 FCI SANDSTONE ASBESTOS ABATEMENT - OLD POWERHOUSE (PRESOL)
SOL: 15B41324Q00000006
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The Federal Bureau of Prisons anticipates issuance of solicitation 15B41324Q00000006 for the award of a firm-fixed-price construction contract for a project titled "Remove Asbestos at Federal Correctional Institution (FCI) located in Sandstone, Minnesota." FCI Sandstone is located at 2300 County Road 29 in Sandstone, Minnesota. The project requires the removal and disposal of four asbestos-lined steel water tanks located in the Old Powerhouse. Three of the tanks are approximately 15 feet and 6 inches long by 5 feet and 6 inches in diameter. The fourth tank is approximately 11 feet and 6 inches long by 5 feet in diameter. 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. The performance period for the project will be 180 calendar days from issuance of the Notice to Proceed to final acceptance for all work identified in the Statement of Work. There is no solicitation at this time.
CITE: https://sam.gov/opp/6b5cadd4130f41cb8767aa3c233c1b5e/view
Posted: May 24, 2024
SPONSOR: U.S. Department of Justice, Federal Prison System, Federal Correctional Institution, Sandstone, MN

F -- FUSRAP REMEDIAL ACTION SERVICES AT THE ST. LOUIS SITES (PRESOL)
SOL: W912P923R0057
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JUNE 4, 2024, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers intends to issue a solicitation for a Single Award Task Order Contract (SATOC) for the continued support of Hazardous, Toxic and Radioactive Waste (HTRW) investigations and environmental remediation programs and projects managed by the St. Louis District of the U.S. Army Corps of Engineers (USACE). The work anticipated under this contract is primarily for, but not limited to, low-level radioactive contaminated material investigation, extent of contamination surveys, environmental assessments, on-site laboratory analysis, radiological support, removal action verification, and environmental monitoring. Radiological contaminants are primarily thorium, radium and uranium, with co-located chemical contamination such as cadmium, and arsenic. Other services requested will be in connection with the performance of administrative recordkeeping and document management, data management, technical/regulatory integration, and project controls necessary for the execution of the St. Louis District FUSRAP. Task Orders issued under this contract will be cost reimbursable Cost Plus Fixed-Fee (CPFF).
CITE: https://sam.gov/opp/267125e3342d4ed5a1f1642f43985758/view
Posted: May 21, 2024
SPONSOR: U.S. Army Corps of Engineers, Mississippi Valley Division, St. Louis District, St. Louis, MO