Notices for January 11-17, 2021
Effective November 12, 2019, FBO.gov was retired, and Beta.SAM.gov is now the authoritative source for federal contract opportunities. This update contains summaries of procurement notices issued between
January 11-17, 2021, 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 Beta.SAM Contract Opportunities website.
NOTE: Beta.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 Beta.SAM search interface or use the "Follow" icon (if a registered user).
H -- LEAD AND ASBESTOS SAMPLE COLLECTION & TESTING (COMBINE)
SOL: M6700121Q1036
DUE: 012021
NAICS: 562910. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS under NAICS code 562910. The MCI East Cherry Point Satellite Contracting Office, Marine Corps Air Station Cherry Point, NC, has a requirement for asbestos and lead sample collection and testing at the Machine Shop located in Building 137 at the Fleet Readiness Center East in accordance with the performance work statement attached at beta.sam. OFFERS ARE DUE BY 12:00 NOON ET ON JANUARY 20, 2021.
CITE: https://beta.sam.gov/opp/3df7d75570b64c919e0d6d6bb64cb6fb/view
Posted: 01/14/21
SPONSOR: Marine Corps Field Contracting System, Cherry Point, NC.
EXPLOSIVE ORDINANCE DISPOSAL SERVICES (SRCSGT)
SOL: UXO-EOD
DUE: 012221
NAICS: 562910. The Government is seeking responses to this sources sought synopsis from all interested businesses in all socioeconomic categories that are capable of providing the requirement. Via this notice, the Government is conducting market research to obtain information and comments on the DRAFT PWS and to identify contractors that are able to provide services to support the range residue, recovery, range clearance, and mission for explosive ordnance at White Sands Missile Range, New Mexico. The work includes explosive materials and component identification, explosive-free certification, blow-in-place procedures for range clearance, daily mission support, and segregation of explosive components from range residue and demilitarization and recycling of same. Examples of debris include military munitions, commercial explosive products and devices, rockets, and missiles, including propellants and warheads, missile payloads and components, soldier training support, bomb drops, manned and drone target aircraft, and missiles. The requirement is presently being fulfilled through contract # W91151-17-D-0005. The anticipated period of performance is one base year of 12 months, and four 12-month options. RESPONSES ARE DUE BY 4:00 PM MT ON JANUARY 22, 2021.
CITE: https://beta.sam.gov/opp/ee9c9ca44200432188b00778b5b163cb/view
Posted: 01/13/21
SPONSOR: Dept of the Army, W6QM MICC-FDO Ft Hood, Fort Hood, TX.
B -- MASTER IDIQ - FORT HOOD LABORATORY ANALYTICAL SERVICES (COMBINE)
SOL: W91151-21-Q-0009
DUE: 012521
NAICS: 541380. THIS REQUIREMENT IS A WOMAN-OWNED SMALL BUSINESS SET-ASIDE. The solicitation lists 38 line items (e.g., heavy metals, volatiles, semivolatiles, herbicides, pesticides, PCBs, etc.) for which the MICC Fort Hood requires analytical services. Duration is one base year and four option years. For this solicitation, MICC Fort Hood is conducting an online competitive reverse auction facilitated by Unison Inc., a third-party reverse auction provider. THE SOLICITATION CLOSES AT 5:00 PM ET ON JANUARY 25, 2021.
CITE: https://beta.sam.gov/opp/d8955aad465441c194ef6ddde687c7bd/view
Posted: 01/11/21
SPONSOR: U.S. Army Mission & Installation Contracting Command, W6QM MICC-FDO, Fort Hood, TX.
S -- FY21: NF/SG HAZARDOUS WASTE DISPOSAL SERVICE (COMBINE)
SOL: 36C24821Q0310
DUE: 012921
NAICS: 562112. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. Contractor shall provide the North Florida/South Georgia Veterans Health System with hazardous waste removal services to include all services, materials, supplies, containers, labor, analysis and support to categorize, bulk, package, transport, document, and dispose of hazardous waste, with the exception of bio-hazardous waste. Contractor shall also provide quarterly and annual waste summary reports in accordance with federal, state and local laws and regulations. OFFERS ARE DUE BY 3:00 PM ET ON JANUARY 29, 2021.
CITE: https://beta.sam.gov/opp/e7ce0b9cdfbd4cbc9d2b9883614ada0a/view
Posted: 01/14/21
SPONSOR: Dept of Veterans Affairs, 248-Network Contract Office 8 (36C248), Tampa, FL.
F -- REMEDIAL INVESTIGATIONS FOR PER- AND POLYFLUOROALKYL SUBSTANCES (PFAS) IMPACTED AREAS AT ARMY INSTALLATIONS IN THE NORTHEAST REGION (SRCSGT)
SOL: W912DR21R0020
DUE: 020121
NAICS: 562910. This notice is for market research purposes only. The Government is seeking to identify qualified business sources both large and small under NAICS code 562910 (Remediation Services), small business size standard 750 employees. The USACE Baltimore District is interested in sources with current relevant qualifications, experience, personnel, and capabilities to support USACE and its customers in conducting remedial investigations, with the option to conduct feasibility studies, at sites across approximately 12 installations with areas where aqueous film forming foam (AFFF) or other per- and polyfluoroalkyl substances releases have occurred. The installations are located in Virginia, Maryland, Pennsylvania, New Jersey, and New York. An 8-year period of performance is anticipated. CAPABILITIES STATEMENTS ARE DUE BY 12:00 NOON ET ON FEBRUARY 1, 2021.
CITE: https://beta.sam.gov/opp/6bd34f9089124bed8e67e2366188d0ba/view
Posted: 01/15/21
SPONSOR: U.S. Army Corps of Engineers, Baltimore District, Baltimore, MD.
99 -- LEGACY (PCB-CONTAMINATED) ELECTROLYTIC DISSOLVER TRANSFORMER DISPOSITION (SRCSGT)
SOL: SRNS2021114TRANSFORMERDISPOSITION
DUE: 020121
NAICS: 562910. The intent of this request for information is to identify potential offerors for market research purposes only. Savannah River Nuclear Solutions LLC (SRNS), which manages and operates portions of the Savannah River Site (SRS) under a DOE prime contract, solicits expressions of interest from companies capable of legacy (PCB-contaminated) electrolytic dissolver transformer disposition. This RFI is issued to assist with finding potential suppliers interested in this solicitation. Subcontractor shall be an EPA-approved TSCA contractor, responsible for dismantling, removing and transporting a PCB-contaminated transformer from SRS to an EPA-approved TSCA-compliant facility for scrap metal recovery and/or land disposal, with scrap metal recovery preferred. The transformer is 12.54 ft (H) by 7.9 ft (W) by 16.13 ft (L) and weighs approximately 27,050 lbs. It has been drained of all free-flowing liquids, meeting the requirements of 761.60(b)(6)(ii)(A). Analysis of drained oil yielded PCB concentrations around 500 ppm. The subcontractor shall complete all actions necessary to dispose of the transformer, including up-front planning, document reviews, inspections, characterization (sampling if necessary), spill prevention, size reduction, packaging, transportation, and treatment in compliance with TSCA, OSHA, DOT and the recycling and/or disposal facility's licensing requirements. A supplier's response to this RFI does not guarantee they will be selected to participate in the RFP. CAPABILITIES STATEMENTS ARE DUE BY 5:00 PM ET ON FEBRUARY 1, 2021.
CITE: https://beta.sam.gov/opp/153c76b632e64519a510edb9357973f5/view
Posted: 01/14/21
SPONSOR: Savannah River Nuclear Solutions LLC (DOE Contractor), Aiken, SC.
M -- ENVIRONMENTAL SERVICES FOR VARIOUS WASTE SERVICES (SRCSGT)
SOL: N6247321S0229
DUE: 020421
NAICS: 562211. The Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is issuing this sources sought as market research to determine whether there are potentially qualified small businesses -- 8(a); HUBZone; service-disabled veteran-owned; small disadvantaged businesses; woman-owned; and/or veteran-owned small business concerns under NAICS code 562211 (Hazardous Waste Treatment and Disposal), small business size standard $41.5M -- that have the current relevant qualifications, experience, personnel, and capability to provide all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary to perform specific environmental services. The Government is considering the issuance of a new solicitation for the following: (1) services for operation of Government-owned facilities that process industrial and/or oily wastes, (2) containerized solid waste services, (3) oil and hazardous substance spill response, and (4) IDIQ professional services for site assessment, remediation, and/or compliance projects. The majority of services would be performed for Navy and Marine Corps installations within the Southern California region, although the NAVFAC SW region extends to locations in Arizona, Nevada, Colorado, and New Mexico. A DRAFT performance-based work statement is provided for reference at beta.sam. The Government will use responses to this sources sought to make acquisition plans. CAPABILITIES STATEMENTS ARE DUE BY 2:00 PM PT ON FEBRUARY 4, 2021.
CITE: https://beta.sam.gov/opp/3f25e1948a2d4cc5bcacc87f7e3e22fa/view
Posted: 01/15/21
SPONSOR: Naval Facilities Engineering Systems Command Southwest, San Diego, CA.
F -- ND-ARROWWOOD NWR-ASBESTOS REMOVAL (SOL)
SOL: 140F0621Q0016
DUE: 020521
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. This solicitation is issued for the purchase of asbestos removal services for the north residential house at Arrowwood National Wildlife Refuge. Contractor shall remove approximately 1106 sq ft of carpet, tile, or linoleum mastic and subfloor with asbestos in a vacant house located at Arrowwood NWR Headquarters, 7780 10th St SE, Pingree, ND 58476. Period of performance is 45 days after receipt of notice to proceed. OFFERS ARE DUE BY 6:00 PM MT ON FEBRUARY 5, 2021.
CITE: https://beta.sam.gov/opp/58afaf08756044f8827aeb6d97cdce4b/view
Posted: 01/15/21
SPONSOR: Fish and Wildlife Service, FWS Mountain-Prairie Regional Office, Lakewood, CO.
F -- GREAT LAKES NATIONAL PROGRAM OFFICE - REMEDIATION (SOL)
SOL: 68HE0520R0004
DUE: 021521
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 562910 (Environmental Remediation Services), size standard 750 employees. The purpose of this IDIQ MATOC (multiple-award task-order contract) is to provide design-build and design-bid-build construction services for overall construction management and contaminated sediment remedial services in support of U.S. EPA's Great Lakes National Program Office sediment remediation efforts. Total value of all task orders awarded under this MATOC to all selected contractors will not exceed $300M. Base contracts will be awarded a 5-year ordering period with no options. See details on FedConnect at https://www.fedconnect.net/FedConnect/?doc=68HE0520R0004&agency=EPA. OFFERS ARE DUE BY 4:30 PM ET ON FEBRUARY 15, 2021.
CITE: https://beta.sam.gov/opp/cb67e70141b44c11940ee3aabaa1a65c/view
Posted: 01/14/21
SPONSOR: U.S. EPA, Region 5 Contracting Office, Chicago, IL.
F -- HAZARDOUS WASTE PICK UP AND DISPOSAL FOR THE VA SAN FRANCISCO HEALTH CARE SYSTEM (SFVAHCS) (SOL)
SOL: 36C26121Q0069
DUE: 021521
NAICS: 562112. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. Although still categorized as a Sources Sought at beta.sam, this update actually releases the final solicitation for hazardous waste pick up and disposal for the VA San Francisco Health Care System (SFVAHCS). The Government intends to award a single IDIQ contract having a duration of one base year and four option years. The maximum aggregate value of orders that can be placed under this contract is $2M. This requirement covers the services for inspection, packaging/repackaging, loading, unloading, containerization, removal, transportation, storage, recycling, reuse, recovery, treatment, and disposal of hazardous waste from the listed SFVAHCS facilities. It will also include certain recyclable waste streams such as petroleum-based oils and latex paint. Contractor shall pick up hazardous waste containers at least monthly from the SFVAHCS storage locations as scheduled by the COR, though frequency is not guaranteed and is subject to change. Additional services include inventories; as-needed expedited removals; sampling/analysis for unknown wastestreams; reports, forms, and manifest preparation and tracking; container labeling; and mailing manifests to required agencies. Not included under this contract are regulated medical waste, radioactive waste, mixtures of radioactive waste with hazardous waste, or universal waste. OFFERS ARE DUE BY 9:00 AM HAWAII TIME ON FEBRUARY 15, 2021.
CITE: https://beta.sam.gov/opp/c1e2b81e3c06449cb4ce14f77796f379/view
Posted: 01/15/21
SPONSOR: Dept of Veterans Affairs, 261-Network Contract Office 21 (36C261) Mather, CA
99 -- HAZARDOUS TOXIC AND RADIOACTIVE WASTE (HTRW) ARCHITECT-ENGINEERING SERVICES CONTRACT (SRCSGT)
SOL: W912WJ21X0013
DUE: 022221
NAICS: 541330. The USACE New England District is issuing a sources sought notice for HTRW IDIQ architect-engineering services to determine the interest, availability, and capability of 8(a), HUBZone, service-disabled veteran-owned, woman-owned, and small business concerns to perform the work. The NAICS code is 541330, size standard $16.5M. All A-E contracts are now defined as multiple-award task-order contracts (MATOCs), which consist of a pool of a minimum of three A-E firms issued from a single solicitation. The proposal for the HTRW IDIQ A-E contract is to award to a pool of firms to consist of a mix of large and small businesses. The intent is to award up to nine contracts with a total contract value between $65M-$75M. Work to be performed under this contract shall be mainly in the six New England states (ME, NH, VT, MA, CT, and RI), but will also include all other states and districts covered by the USACE North Atlantic Division's mission areas (NY, PA, NJ, DE, MD, VA, WV, and DC). The work involves performing investigations, feasibility studies and/or remedial designs at HTRW sites that are being addressed through EPA's Superfund Program, DoD's Base Realignment and Closure Program, and the USACE's Formerly Used Defense Sites Program, as well as for other interagency support. CAPABILITIES STATEMENTS AND INDUSTRY FEEDBACK ARE DUE BY 2:00 PM ET ON FEBRUARY 22, 2021. USACE intends to issue the formal solicitation in summer 2021, and award is planned for late winter 2022.
CITE: https://beta.sam.gov/opp/ea18166e2f1b4e8e9da94d84c34b243d/view
Posted: 01/15/21
SPONSOR: U.S. Army Corps of Engineers, New England District, Concord, MA.
B -- 528A8-19-803 AIR MONITOR ABATE FLOORING-3 CORE AND 3A STEM (SOL)
SOL: 36C24221Q0272
DUE: 022821
NAICS: 541620. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The VA requires asbestos air monitoring services at the Albany Stratton VA Medical Center. A firm-fixed-price award will be made. Offeror must be licensed/permitted to perform the work required in New York State. OFFERS ARE DUE BY 4:00 PM ET ON FEBRUARY 28, 2021.
CITE: https://beta.sam.gov/opp/734e282e6df640e699c6ff9cc82622d6/view
Posted: 01/14/21
SPONSOR: Dept of Veterans Affairs, 242-Network Contract Office 02 (36C242), Albany, NY.
F -- THE PURPOSE OF THE REAC CONTRACT IS TO PROVIDE SCIENCE & ENGINEERING SERVICES (COMBINE)
SOL: 68HE0321R0002
DUE: 030121
NAICS: 541620. The U.S. EPA's Environmental Response Team (ERT) provides scientific and engineering services in support of the Superfund program under the Office of Land and Emergency Management, including support for regional on-scene coordinators and remedial project managers via the Response, Engineering, & Analytical Contract (REAC) in the removal and remedial programs, respectively. ERT also provides support in cases of national emergencies or incidents of national significance, such as oils spills, wildfires, hurricanes and floods, which may include support to other agency groups and state, tribal, and local entities. This contract will provide support services to the ERT in technical areas. Details are available only on FedConnect at https://www.fedconnect.net/FedConnect/?doc=68HE0321R0002&agency=EPA. OFFERS ARE DUE BY 4:30 PM ET ON MARCH 1, 2021.
CITE: https://beta.sam.gov/opp/1562e23769b2499d8b7b3cf5547a7b93/view
Posted: 01/14/21
SPONSOR: U.S. EPA, Region 3 Contracting Office, Philadelphia, PA.
Z -- MUNITIONS RESPONSE ACTIONS AT VIEQUES, PUERTO RICO (PRESOL)
SOL: N6247020R2004
NAICS: 562910. THIS PRE-SOLICITATION IS A 100% SMALL BUSINESS SET-ASIDE under NAICS code 562910 (Environmental Remediation Services), size standard 750 employees. The Government intends to award a cost-plus-award-fee IDIQ contract with total maximum value of $95M for one base year and four one-year options. Work to be performed by the issuance of task orders includes munitions response services mainly at former Navy facilities on Vieques, Puerto Rico, although work also may be performed at other sites. Contractor will perform this work in accordance with DoD Explosives Safety Board requirements, the Defense Environmental Restoration Program, CERCLA, the NCP, and other applicable laws and regulations. Munitions response actions may include investigations, removal actions, and remedial actions in terrestrial areas (on or beneath the land surface) or aquatic environments (marsh areas, surf zones, intertidal areas, or other underwater areas). The munitions response work also may involve working with other Navy support or oversight contractors during any of the phases of work and might include performing anomaly avoidance for support or oversight activities (e.g., biological surveys, site visits, etc.), hazardous/toxic waste assessment or remediation projects, archaeological studies, flora and fauna studies, geotechnical studies, emergency response plans, public evacuation/safety plans and execution, public coordination, and other environmental and/or engineering studies. The Government will award a cost reimbursable contract resulting from the future solicitation. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR ABOUT JANUARY 28, 2021. Receipt date of proposals is approximately March 1, 2021. A pre-proposal conference and site visit will be planned.
CITE: https://beta.sam.gov/opp/5aaf82d8bd8341d7bf45ed02dd23dcae/view
Posted: 01/12/21
SPONSOR: Naval Facilities Engineering Command Atlantic, Norfolk, VA.
F -- CA GROUP OPTIMIZED REMEDIATION CONTRACT (PRESOL)
SOL: W9123821R0017
NAICS: 562910. When the solicitation is release, IT WILL BE ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE. The Government anticipates issuing an RFP with the intent of awarding a firm-fixed-price contract for the California Group Optimized Remediation Contract at Air Force Plant 42 and Travis Air Force Base. The range of activities includes maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. Contractor shall undertake environmental remediation activities to achieve performance objectives at 27 Installation Restoration Program sites. This proposed contract action will be conducted using NAICS code 562910. RELEASE OF THE RFP IS ANTICIPATED IN EARLY FEBRUARY 2021, with proposals due 30 days thereafter.
CITE: https://beta.sam.gov/opp/3814959a2fc0440298567b14013bbdea/view
Posted: 01/14/21
SPONSOR: U.S. Army Corps of Engineers, Sacramento District, Sacramento, CA.
F -- CHEMICAL, ENVIRONMENTAL, AND MUNITIONS (UNRESTRICTED) - CHEM-RU (PRESOL)
SOL: W912DY20R0016
NAICS: 562910. The U.S. Army Engineering and Support Center, Huntsville, INTENDS TO ISSUE A SOLICITATION FOR AN UNRESTRICTED/FULL AND OPEN multiple-award task-order contract (MATOC) in support of the Ordinance & Explosives Directorate. The intent is to award a MATOC with a shared capacity of $1.136B via IDIQ contracts to large and small business concerns that exhibit the required capabilities. Period of performance will be a 10-year ordering period consisting of a 5-year base, one 3-year option, and one 2-year option. This contract is intended to support sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, and outlying areas. The objective of the proposed MATOC is to procure services to perform final disposition of munitions and explosives of concern (MEC) and hazardous, toxic and radioactive waste (HTRW) at DoD sites and other federally controlled/owned sites. Military Munitions Response Program responses shall involve conventional munitions and chemical warfare materiel, environmental compliance and remediation services, and other munitions-related services as necessary to enable lands and waters to be safely and efficiently used for their intended purpose. RELEASE OF THE RFP IS ANTICIPATED ON OR ABOUT MARCH 1, 2021.
CITE: https://beta.sam.gov/opp/06a6f013c4cf4920b6e203250c1c1480/view
Posted: 01/15/21
SPONSOR: U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville, AL.
Notices for January 4-10, 2021
Effective November 12, 2019, FBO.gov was retired, and Beta.SAM.gov is now the authoritative source for federal contract opportunities. This update contains summaries of procurement notices issued between
January 4-10, 2021, 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 Beta.SAM Contract Opportunities website.
NOTE: Beta.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 Beta.SAM search interface or use the "Follow" icon (if a registered user).
F -- DOE OFFICE OF ENVIRONMENTAL MANAGEMENT BUSINESS OPPORTUNITIES FORUM - JANUARY 2021 (SNOTE)
SOL: EM_BUSINESS_OPPORTUNITIES_FORUM_1-2021
DUE: 011221 [registration]
NAICS: 562910. The Department of Energy's Office of Environmental Management will hold its next Business Opportunities Forum on January 14, 2021, from 4:00 PM to 5:15 PM ET. Topics will include a discussion on the status of ongoing and upcoming procurement opportunities as well as the latest news on doing business with EM. The Business Opportunities Forum will be conducted virtually through a Zoom webinar. DOE will provide the information for connecting via Zoom to those who REGISTER FOR THE WEBINAR BY JANUARY 12, 2021.
CITE: https://beta.sam.gov/opp/0956f6b09fa2460dbb7349756736464e/view
Posted: 01/04/21
SPONSOR: U.S. DOE, Environmental Management Consolidated Business Center, Cincinnati, OH.
99 -- EMERGENCY HAZARDOUS MATERIALS INCIDENT RESPONSE (SRCSGT)
SOL: FA670321Q0004
DUE: 011321
NAICS: 562910. Via this sources sought, the 94th Contracting Flight, Dobbins ARB, Georgia, is conducting market research to identify potential firms that have the skills, experience, knowledge, and capabilities required to provide the personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to respond to, mitigate, control, and clean up any environmental hazards caused by a spill, release, fire, or explosion of petroleum products (e.g., oil, aircraft fuel, diesel, gasoline, heating oil, etc.) and/or any environmental hazards caused by a spill, release of aqueous film-forming foam (AFFF), high-expansion foam from building foam suppression systems, and/or other HAZMAT as determined necessary by 94 MSG/CEV in accordance with the DRAFT performance work statement. Interested potential offerors are encouraged to review the DRAFT PWS and the Anticipated Response Scenario and provide comments and/or questions. The applicable NAICS code is 562910 (Remediation Services), small business size standard $22M. Upon review of industry response to this notice, the Government will determine whether a set-aside acquisition is in the Government's best interest. RESPONSES ARE DUE BEFORE 3:00 PM ET ON JANUARY 13, 2021.
CITE: https://beta.sam.gov/opp/da16fd39f2d84bb5b98c19a36c100a81/view
Posted: 01/05/21
SPONSOR: FA6703 94th Contracting Flight Pk, Dobbins AFB, GA.
F -- ASBESTOS FLOOR TILE AND ADHESIVE REMEDIATION - FG (SOL)
SOL: 140R4021Q0003
DUE: 012621
NAICS: 562910. THIS IS A 100% SMALL BUSINESS SET ASIDE. The U.S. Bureau of Reclamation, Flaming Gorge Power Plant has a requirement to remove about 1,681 square feet of asbestos-containing flooring and mastic adhesive within various office areas at 575 South Blvd, Dutch John, UT 84023. Contractor shall include documentation for Utah-licensed asbestos abatement for all work periods and shall ensure that all personnel who perform work on this project have appropriate Utah asbestos certifications. Estimated project magnitude is less than $25,000. OFFERS ARE DUE BY 2:00 PM ET ON JANUARY 26, 2021.
CITE: https://beta.sam.gov/opp/cb208b9e0dff4a9d8d5dcfd5c78c0889/view
Posted: 01/07/21
SPONSOR: Bureau of Reclamation, Upper Colorado Regional Office, Salt Lake City, UT.
ASBESTOS ABATEMENT, HILL AFB UTAH (SOL)
SOL: FA8201-21-R-0004
DUE: 020821
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Department of the Air Force, Hill AFB, Utah, intends to award a single IDIQ asbestos abatement contract to provide a streamlined means to complete sampling, and inspection removal activities for asbestos, lead-based paint, heavy metals, pigeon/rodent excrement, and other materials that might require abatement. The vast majority of the abatement projects will be at Hill AFB, with a small quantity of projects at Little Mountain, Utah Test and Training Range (UTTR), Dugway, Carter Creek, and other associated sites located in Utah and Pinedale, Wyoming. The Government estimates that the volume of work will be between $500 and $9,997,129.28 during a 5-year performance period. Task Orders may include removal and re-installation of hard walls, hard ceilings, sub-flooring, suspended drop-in ceiling systems, pipes, various insulation materials, acoustical ceilings, etc. Award of a firm-fixed-priced contract is anticipated. QUOTES ARE DUE BY 12:00 NOON MT ON FEBRUARY 8, 2021. No foreign contractors are permitted to participate at the prime contractor level.
CITE: https://beta.sam.gov/opp/ef0deeac807045378422572b9af8c20d/view
Posted: 01/08/21
SPONSOR: Dept of the Air Force, FA8201 OL H PZIO, Hill AFB, UT.
A -- ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) - ENVIRONMENTAL TECHNOLOGY DEMONSTRATIONS (SNOTE)
SOL: W912HQ21S0003
DUE: 030421
NAICS: 541715, 541330. BUSINESSES BOTH SMALL AND LARGE ARE ENCOURAGED TO RESPOND. ESTCP is interested in receiving pre-proposals for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding. This notice constitutes a Broad Agency Announcement to declare ESTCP's intent to competitively fund demonstration projects as described in the Program Announcement at https://www.serdp-estcp.org/Funding-Opportunities/ESTCP-Solicitations. The 10 energy and environmental needs areas listed there include the following three: (1) Innovative Technology Transfer Approaches, particularly innovative approaches that clearly leverage new platforms and methodologies for reaching a broader audience; (2) Management of Impacted Groundwater, primarily innovative technologies and approaches for managing sites and the associated risks where contamination will persist for a significant period of time after an initial remedy is selected; and (3) Detection, Classification, Localization, and Remediation of Military Munitions in Underwater Environments. Applicants must submit a pre-proposal in accordance with the instructions on the website. The pre-proposal review step allows interested organizations to submit technology demonstrations for Government consideration without incurring the expense of a full proposal. Based upon the pre-proposal evaluation by ESTCP, each of the pre-proposal submitters will be notified as to whether ESTCP does or does not request submission of a full proposal. The NAICS codes are 541715 and 541330, small business size standard of 1000 employees and $16.5M, respectively. PRE-PROPOSALS ARE DUE BY 2:00 PM ET ON MARCH 4, 2021.
CITE: https://beta.sam.gov/opp/4cb769d337b549738b7c8c1f6fceda24/view
Posted: 01/07/21
SPONSOR: U.S. Army, Humphreys Engineer Center Support, Alexandria, VA.
MEGA SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) PRE-PLACE REMEDIAL ACTION CONTRACT (PRAC) (PRESOL)
SOL: W912DQ21R3001
NAICS: 562910. WHEN THE SOLICITATION IS ISSUED, IT WILL BE SET ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS. This is a pre-solicitation synopsis for the pre-placed remedial action IDIQ multiple-award task-order contract (MATOC) with a target of five awardees. The maximum value for all orders issued against the contract will be $22.5M. Orders will be firm fixed price. The proposed contracts will support work assigned to the USACE Northwestern Division and EPA Region 2 for hazardous, toxic and radioactive waste remediation projects for both civilian and military agencies of the federal Government. Performance will include a wide range of remedial action services at hazardous and radiological waste sites. These efforts may include environmental removal actions, remedial actions, and related activities necessary to ensure complete and successful remediation. The majority of the work likely will be conducted within the USACE Northwestern Divsion footprint. A-E services under FAR Subpart 36.6 are not required. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR AFTER JANUARY 22, 2021.
CITE: https://beta.sam.gov/opp/8858a2b6f85446c0a2415e103d046141/view
Posted: 01/07/21
SPONSOR: U.S. Army Corps of Engineers, Kansas City District, Kansas City, MO.
MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION(MEGA) FORMERLY USED DEFENSE SITES (FUDS) MILITARY MUNITIONS RESPONSE PROGRAM (MMRP) MULTIPLE TASK ORDER AWARD (MATOC) SMALL BUSINESS SET-ASIDE (PRESOL)
SOL: W912PL21R0008
NAICS: 562910. THIS $75M MATOC IDIQ WILL BE ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE. The MATOC period of performance shall be a five-year base period. Contract duration will not exceed five years from date of award. Task orders under this contract will be in support of the USACE Los Angeles District, primarily for the Formerly Used Defense Site Program throughout California, Nevada, Arizona, New Mexico, and Utah, but can be used for other environmental remediation projects. The first task order is expected to be for Borrego Springs in California. Firm-fixed-price Task Orders will be issued based on the requirements of the PWS at various known or suspected MMRP or HTRW sites. The acquisition will be awarded using the best value tradeoff method of source selection procedures, requesting written technical and price proposals to be submitted for evaluation. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR ABOUT FEBRUARY 8, 2021.
CITE: https://beta.sam.gov/opp/415d3bd930fd40b29ad82e2374125ba8/view
Posted: 2021-01-08
SPONSOR: U.S. Army Corps of Engineers, Los Angeles District, Los Angeles, CA.
Notices for December 28, 2020-January 3, 2021
Effective November 12, 2019, FBO.gov was retired, and Beta.SAM.gov is now the authoritative source for federal contract opportunities. This update contains summaries of procurement notices issued between
December 28, 2020-January 3, 2021, 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 Beta.SAM Contract Opportunities website.
NOTE: Beta.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 Beta.SAM search interface or use the "Follow" icon (if a registered user).
R -- INDUSTRY DAY FOR ENVIRONMENTAL REMEDIATION DREDGING STRATFORD ARMY ENGINE PLANT (SNOTE)
SOL:
DUE: 012020
NAICS: NA. The U.S. Army Corps of Engineers (USACE) New England District will host an online Industry Day for the environmental remediation dredging of tidal flats and an outfall drainage channel in the Housatonic River adjacent to the Stratford Army Engine Plant (SAEP), Stratford, Connecticut project. PCB-contaminated dredged material must be segregated into three categories for purposes of disposal/reuse characterization based upon PCB concentration. The purpose of this Industry Day is to provide contractors and subcontractors with information on the SAEP/USACE solicitation process and requirements, and to provide answers to questions. THE EVENT WILL BE HELD VIRTUALLY ON JANUARY 26, 2021, FROM 10:00 AM TO 4:00 PM. See the notice at beta.sam for the access information along with the DRAFT design documents for SAEP. SUBMIT ALL PROJECT-RELATED QUESTIONS VIA EMAIL NO LATER THAN 3:00 PM ET ON JANUARY 20, 2021. USACE staff will provide responses during Industry Day.
CITE: https://beta.sam.gov/opp/09ef8ebab92741e6b17480aa4d3ceb55/view
Posted: 12/28/20
SPONSOR: U.S. Army Corps of Engineers, New England District, Concord, MA.
F -- CANINE OIL DETECTION USING ODOR SIGNATURES TO IMPROVE TRAINING DETECTION PROFICIENCY (COMBINE)
SOL: N00173-21-R-AM03
DUE: 012121
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Naval Research Laboratory requires canine oil detection using odor signatures to improve training detection proficiency on land and water. Oil detection canines have proven to be an effective tool in oil spill remediation and currently are used for field surveys to locate subsurface oil or to inspect and clear large areas with low or no oil contamination. Phase 1: Determine the odor profile associated with spilled and obscured petroleum products used by the canine for detection, and then use this knowledge to probe current canine detection limitations. Phase 2: Develop canine training device and protocols to detect sunken oil in water. PROPOSALS ARE DUE BY 2:00 PM ET ON JANUARY 21, 2021.
CITE: https://beta.sam.gov/opp/63b763518e42409daa61dcd66b58873d/view
Posted: 12/31/20
SPONSOR: Naval Research Laboratory, Washington, DC.
F -- F--ASBESTOS FLOORING AND MASTIC REMEDIATION - FG POWER PLANT (PRESOL)
SOL: 140R4021Q0003
NAICS: 562910. RELEASE OF THIS PROCUREMENT AS A 100% SMALL BUSINESS SET ASIDE IS ANTICIPATED FOR EARLY JANUARY OF 2021. The U.S. Bureau of Reclamation (BOR), Flaming Gorge Power Plant has a requirement to remove approximately 1,681 square feet of flooring and mastic adhesive that contains asbestos. The BOR intends to issue a competitive firm-fixed-price construction solicitation for this requirement. Estimated magnitude of the project is less than $25,000. Contractor and all personnel who perform work on this project will have appropriate Utah asbestos abatement certifications.
CITE: https://beta.sam.gov/opp/85feacc4e1a844fd893af9f9d8125f91/view
Posted: 12/28/20
SPONSOR: U.S. Bureau of Reclamation, Upper Colorado Regional Office, Salt Lake City, UT.
Notices for November 30-December 27, 2020
Effective November 12, 2019, FBO.gov was retired, and Beta.SAM.gov is now the authoritative source for federal contract opportunities. This update contains summaries of procurement notices issued between
November 30-December 27, 2020, 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 Beta.SAM Contract Opportunities website.
NOTE: Beta.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 Beta.SAM search interface or use the "Follow" icon (if a registered user).
P--500KV TRANSFORMER KX26A-C PHASE DISPOSAL (SRCSGT)
SOL: 140R1721Q0021
DUE: 123020
NAICS: 562211. This notice is issued as a market survey for informational and planning purposes only to determine the availability of business to provide services to dispose of a 500KV Transformer located in Grand Coulee, Washington. Contractor is to dismantle and/or remove (500KV) transformer KX26A-C Phase to an approved facility that handles hazardous material; remove residual oil (tested at 3 ppm of PCBs) from the site; remove and dispose of PCBs; and document the work as outlined in the performance work statement. Potential offers having technical capabilities necessary to meet the needs of the described requirement are invited to provide a capabilities statement via email. Include a brief explanation of the type of DGA Monitor your company manufactures or resells and its capabilities, including any warranty / extended warranty information and if any licensing is required to operate the units. RESPONSES ARE DUE BY 5:00 PM PT ON DECEMBER 30, 2020.
CITE: https://beta.sam.gov/opp/1336d92c415e421386dfcf8ec0de6f01/view
Posted: 12/22/20
SPONSOR: Bureau of Reclamation, Grand Coulee Power Office, Grand Coulee, WA.
FORT HOOD LABORATORY ANALYTICAL SERVICES W91151-21-Q-0009 (PRESOL)
SOL: W91151-21-Q-0009
DUE: 010620
NAICS: 541380. The Mission and Installation Contracting Command (MICC) Fort Hood is issuing this presolicitation notice of its intent to advertise for a firm-fixed-price service contract to provide laboratory analytical services for various environmental samples in support of the Fort Hood Directorate of Public Works (DPW), Environmental Division, Fort Hood, Texas, as a 100% SMALL BUSINESS SET-ASIDE under NAICS 541380 (Testing Laboratories), size standard $16.5M. This acquisition will be a follow-on non-personal service contract. Fort Hood currently has one Texas Pollutant Discharge Elimination System wastewater permit and one industrial storm water permit that require the collection and analysis of both recurring weekly and quarterly samples, as well as various unscheduled samples, some of which depend on the weather (i.e., sufficient rainfall). In addition to liquid samples, occasionally soils, other solids and semi-solids, and/or gaseous samples may need to be collected and submitted for laboratory analysis. Contractor shall provide all personnel, management, direct oversight, quality control, and any other items and services not government furnished necessary to pick up or ship and analyze various environmental samples from the DPW at Fort Hood. Work will also include disposal of all samples and submission of complete reports of the lab test results. Period of performance: Contract base year period of performance is anticipated to begin on or about 02/01/21 and conclude on or about 01/31/22. Providing that all options are exercised, period of performance will end on or about 01/31/26. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR ABOUT JANUARY 7, 2021.
CITE: https://beta.sam.gov/opp/785aea41e8de4285b3ebb2a3106759c8/view
Posted: 12/22/20
SPONSOR: Dept of the Army, W6QM MICC-FDO FT Hood, Fort Hood, Texas.
F -- $50M MEGA MATOC ERS FOR FUDS FT. DOUGLAS (PRESOL)
SOL: W91238-21-R-0021
NAICS: 562910. When it is released, THE SOLITATION WILL BE A PARTIAL SMALL BUSINESS SET-ASIDE under NAICS code 562910 (Remediation Services). This is a presolicitation notice regarding the upcoming MEGA MATOC by the USACE-Sacramento District. The overall MATOC target is five IDIQ contract awards, including at least one award of a small business reserve target. FUDS Fort Douglas, Utah, will be the seed task order at time of MEGA solicitation/award and will be used in part to evaluate responses for both the full and open and small business reserve portions of the solicitation. Provided with this presolicitation at beta.sam are the base PWS and seed PWS, which currently are DRAFTS and thus subject to change prior to solicitation. The revised DoD travel restriction surrounding the coronavirus prevents a site visit from occurring until further notice; however, a possible virtual site visit might be scheduled following solicitation issuance. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR AROUND JANUARY 30, 2021. Monitor beta.sam for updates.
CITE: https://beta.sam.gov/opp/24ffa3de0a74454f840b10afce0fbff5/view
Posted: 12/21/20
SPONSOR: U.S. Army Corps of Engineers, Sacramento District, Sacramento, CA.
Notices for November 23-29, 2020
Effective November 12, 2019, FBO.gov was retired, and Beta.SAM.gov is now the authoritative source for federal contract opportunities. This update contains summaries of procurement notices issued between
November 23-29, 2020, 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 Beta.SAM Contract Opportunities website.
NOTE: Beta.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 Beta.SAM search interface or use the "Follow" icon (if a registered user).
56 -- ASARCO SLAG PENINSULA SHORELINE CAP AND OUTFALL REPAIR AT TACOMA, WA (SRCSGT)
SOL: PANNWD-21-P-000022
DUE: 122820
NAICS: 237990. No solicitation is currently available; the type of solicitation to be issued will depend upon information received in response to this announcement. This proposed project requires repair of the seismically damaged slope (500 meters) and storm drainage (100 meters) at Operable Unit 2 of the Asarco Tacoma Smelter and Slag Peninsula Superfund Site. The primary pollutants of concern are heavy metals, such as arsenic, copper and lead, from slag that has contaminated site groundwater, soil, and sediments. The basic components of this project are to replace the failing cap along the Eastern shoreline, replace the seismically damaged outfall, remove and replace contaminated riprap armament, armor portions of the slag peninsula shoreline, dispose of contaminated demolition debris, and monitor the offshore cap via a pre- and post-construction bathy survey for construction damage. Interested firms should submit a capabilities package (10 pages max). CAPABILITIES STATEMENTS ARE DUE BY 1:00 PM PT ON DECEMBER 28, 2020.
CITE: https://beta.sam.gov/opp/6f04a5e0dba6474eba6c7192df735d2b/view
Posted: 12/15/20
SPONSOR: U.S. Army Corps of Engineers, Seattle District, Seattle, WA.
H -- SEMIANNUAL LANDFILL GROUNDWATER MONITORING SERVICES (SRCSGT)
SOL: 36C24621Q0192
DUE: 122820
NAICS: 541330. This sources sought notice is issued for market research purposes only. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide semiannual landfill groundwater monitoring services for the Salem VA Medical Center, 1970 Roanoke Blvd, Salem, VA 24153. Contractor will sample and test at five groundwater sampling wells. Landfill semiannual monitoring occurs in September and March each year. Contractor will include all laboratory testing fees and costs in their price to the Government. NAICS code 541330 (Engineering Services), size standard $16.5M is applicable to this acquisition. CAPABILITIES STATEMENTS ARE DUE BY 4:00 PM ET ON MONDAY, DECEMBER 28, 2020.
CITE: https://beta.sam.gov/opp/c7433d90c1e544c9846921ce4595dd32/view
Posted: 12/18/20
SPONSOR: Dept of Veterans Affairs, 246-Network Contracting Office 6 (36C246), Hampton, VA.
B533--WASTEWATER PLANT LAB ANALYSIS, LYONS NJ (COMBINE)
SOL: 36C24221Q0288
DUE: 123020
NAICS: 541380. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 541380. The VANJ HealthCare System (VANJHCS) Lyons Campus requires an annual service contract for its wastewater treatment plant. This contract is to provide for on-site collection and off-site lab analysis of wastewater and sludge samples. All sampling and analysis must be completed in accordance with NJDEP rules and regulations regarding lab analysis of wastewater samples. The physical plant is located at the VANJHCS, 151 Knollcroft Road, Bldg.141, Lyons, NJ 07939. The facility consists of an extended-aeration, activated-sludge wastewater treatment plant with a variable design capacity of 200,000 to 1,000,000 GPD. A treatment plant modernization program has made many repairs, including the installation of a new UV system and a copper removal system. This is an annual service contract with four option years for on-site collection of wastewater and sludge samples, and lab analysis of the samples. Contractor assumes full responsibility for the proper disposal of all test samples, test residues, and sample containers, whether hazardous or non-hazardous, at Contractor expense. OFFERS ARE DUE BY 2:00 PM ET ON DECEMBER 30, 2020.
CITE: https://beta.sam.gov/opp/b126f32aac75489cab0d30f6d05a60bd/view
Posted: 12/17/20
SPONSOR: Dept of Veterans Affairs, 242-Network Contract Office 02 (36C242), Albany, NY.
F -- ASBESTOS ABATEMENT IN RESIDENCE L-111, MT. RAINIER (SOL)
SOL: 140P8321Q0001
DUE: 123120
NAICS: 562211. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. Mount Rainier National Park is seeking firm-fixed-price quotations for asbestos abatement in the L-111 residence in the Longmire work area. There is no formal site visit; the description provided in the scope of work attached at beta.sam is determined to be sufficient for a firm-fixed-price offer. Estimated magnitude of this construction project is less than $22,000. Period of performance is anticipated to be less than 15 days after issuance of notice to proceed. OFFERS ARE DUE VIA EMAIL BY 12:00 NOON PT ON DECEMBER 31, 2020.
CITE: https://beta.sam.gov/opp/b16f01ebaa0643e7ac607b3b735f21c0/view
Posted: 12/18/20
SPONSOR: National Park Service, PWR OLYM MABO(83000), Port Angeles, WA.
F108--MD/DC VAMC AND CBOC HAZARDOUS WASTE CONTRACT (SRCSGT)
SOL: 36C24521Q0140
DUE: 010121
NAICS: 562112. The Department of Veterans Affairs is conducting market research via this notice in order to to assess the availability of hazardous, universal, radiological, controlled substance and pharmaceutical waste removal services for the MD/DC Medical Centers and Community-Based Outpatient Clinics (CBOCs). These services include universal waste/recycling and/or disposal services; lab packs; technical consulting; waste and/or potentially hazardous materials characterization; electronic record keeping; emergency response; and annual hazardous waste and DOT training for all DC/MD VAMCs and associated CBOCs. The Government anticipates a multiple-award IDIQ contract as part of a MATOC (multiple award task order contract). Firm-fixed-price contracts will provide the support services listed within the Draft statement of work at beta.sam. Feedback on this notice is encouraged and appreciated. CAPABILITIES STATEMENTS ARE DUE BY 3:00 PM ET ON JANUARY 1, 2021.
CITE: https://beta.sam.gov/opp/4a124d89e0d849458be318774a509f2b/view
Posted: 12/17/20
SPONSOR: Dept of Veterans Affairs, 245-Network Contract Office 5 (36C245), Linthicum, MD.
F108--WV VAMC AND CBOC HAZARDOUS WASTE CONTRACT (SRCSGT)
SOL: 36C24521Q0141
DUE: 01/01/21
NAICS: 562112. The Department of Veterans Affairs is conducting market research via this notice in order to assess the availability of hazardous, universal, radiological, controlled substance and pharmaceutical waste removal services for the West Virginia medical centers and community-based outpatient clinics (CBOCs). These services include universal waste/recycling and/or disposal services; lab packs; technical consulting; waste and/or potentially hazardous materials characterization; electronic record keeping; emergency response; and annual hazardous waste and DOT training for all WV VAMCs and associated CBOCs. The Government anticipates a multiple-award IDIQ contract as part of a MATOC (multiple award task order contract). Firm-fixed-price contracts will provide the support services listed within the Draft statement of work at beta.sam. Feedback on this notice is encouraged and appreciated. CAPABILITIES STATEMENTS ARE DUE BY 3:00 PM ET ON JANUARY 1, 2021.
CITE: https://beta.sam.gov/opp/36e3e6e5d82845a39e7ea7d4941009d3/view
Posted: 12/17/20
SPONSOR: Dept of Veterans Affairs, 245-Network Contract Office 5 (36C245), Linthicum, MD.
99 -- REMEDIAL ACTION OPERATION MULTIPLE AWARD CONTRACT NAVFVAC MIDLANT AOR (SRCSGT)
SOL: N4008521R0149
DUE: 010821
NAICS: 562910. This sources sought is issued for market survey purposes only. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small businesses, 8(a), HUBZone, service-disabled veteran-owned, and woman-owned small businesses capable of performing the proposed contracts. NAVFAC MIDLANT anticipates awarding IDIQ Remedial Action Operations multiple-award contracts for projects within its Hampton Roads, West Virginia, North Carolina, and South Carolina area of responsibility. The contracts will require the ability to manage multiple task orders concurrently. Work includes but is not limited to sites regulated under CERCLA, RCRA, Clean Water Act, Clean Air Act, natural resources, underground storage tanks, and other environmental programs that might require corrective action, mitigation, sampling, inspection programs, studies, or remedial action. The work focuses primarily on environmental services and environmental studies but could involve other environmental work, such as compliance projects. Award of three to five contracts is anticipated as a result of this potential solicitation. Duration will be for one year from date of contract award with four one-year options, not to exceed an estimated ceiling of $30M total for all contracts combined. CAPABILITIES STATEMENTS ARE DUE VIA EMAIL BY 2:00 PM ET ON JANUARY 8, 2021.
CITE: https://beta.sam.gov/opp/b78a8e71f3e643e297f030a4d974cc7c/view
Posted: 12/18/20
SPONSOR: Naval Facilities Engineering Command Mid-Atlantic, Norfolk, VA.
C -- SOURCES SOUGHT HAZARDOUS, TOXIC, AND RADIOLOGICAL WASTE (HTRW) SERVICES (SRCSGT)
SOL: W91237-21-R-SS01
DUE: 011521
NAICS: 541620. This sources sought is issued as a market survey is to gain knowledge of potential qualified small business sources for hazardous, toxic, and radiological waste (HTRW) services and general environmental consulting services for projects assigned to districts within the USACE Great Lakes and Ohio River Division geographical boundaries, including the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh districts. The geographical boundaries of the Division include West Virginia, Virginia, Ohio, North Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, Kentucky, Michigan, Wisconsin, Minnesota, Illinois, Indiana, and New York. Services include conducting Phase I and II Environmental Site Assessments; asbestos investigations; lead-based paint investigations; information gathering and records review; preparation of drawings, sketches, charts and graphs; environmental field investigations; underground storage tank (UST) and aboveground storage tank (AST) investigations; sample collection (e.g., lead paint, asbestos, soil, groundwater, sediment, and air); evaluations and consultation; laboratory analysis; data definition/collection; digital photography; preparation of technical reports; and other environmental services as required. CAPABILITIES STATEMENTS (20 pages max) ARE DUE BY 5:00 PM ET ON JANUARY 15, 2021.
CITE: https://beta.sam.gov/opp/530732f890c1443a975a16ce91af0cf2/view
Posted: 12/18/20
SPONSOR: U.S. Army Corps of Engineers, Huntington District, Huntington, WV.
F -- QUALITY ASSURANCE (QA) SEEDING SOLICITATION (SOL)
SOL: W912DY20R0028
DUE: 012121
NAICS: 562910. THIS ACQUISITION IS FOR AN UNRESTRICTED, FULL AND OPEN MATOC IDIQ CONTRACT under NAICS code 562910 (Environmental Remediation Services), small business threshold of 750 employees. This QA Seeding contract is firm fixed price with $49M in shared capacity, including all options and extensions. The expected average size of each Task Order is $500,000. Contracts will have an ordering period of a 24-month base with three 12-month options. The objective of the QA Seeding MATOC is to procure services to provide third-party blind validation seeding and advanced geophysical classification data collection and processing. This contract will allow continued mission support for services to address munitions response concerns assigned to USACE at sites located throughout the United States, U.S. Territories, U.S. Territorial waters, and outlying areas. The applicable PCS for this acquisition is F108 (Hazardous Substance Removal, Cleanup, and Disposal Services and Operational Support). OFFERS ARE DUE BY 9:00 AM CT ON JANUARY 21, 2021. Refer to the attachments at beta.sam for additional information.
CITE: https://beta.sam.gov/opp/48385cf6497d4370878bfe77755f1892/view
Posted: 12/16/20
SPONSOR: U.S. Army Corps of Engineers, W2V6 Engineering Support Center Huntsville, Huntsville, AL.
INDOOR FIRING RANGE COMPREHENSIVE ABATEMENT AND FOLLOW-UP ABATEMENT (COMBINE)
SOL: 47PH0821R0002
DUE: 012821
NAICS: 562910. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS Code 562910 (Remediation Services), size standard $20.5M. The General Services Administration, Region 7 is procuring indoor firing range (IFR) comprehensive abatement and follow-up abatement at the John Shaw U.S. Courthouse IFR in Lafayette, LA. Contractor shall provide all labor, personnel, management, supervision, materials, supplies, and other items or services necessary to provide IFR abatement services. PROPOSALS ARE DUE VIA EMAIL BY 4:00 PM CT ON JANUARY 28, 2021.
CITE: https://beta.sam.gov/opp/9dbfd065e439429e96340f5977ae18ff/view
Posted: 12/17/20
SPONSOR: GSA, Public Buildings Service, PBS R7 - Program Support Branch, Fort Worth, TX.
F -- OAK RIDGE RESERVATION CLEANUP CONTRACT (ORRCC) - FINAL REQUEST FOR PROPOSAL (SOL)
SOL: 89303319REM000047
DUE: 021621
NAICS: 562910. The ORRCC Final RFP reflects an IDIQ contract under which cost-reimbursement and/or fixed-price task orders may be issued. The contract ordering period will be 10 years, including a 90-day transition period. The contract is estimated to be worth up to approximately $8.3B over the 10-year ordering period. Questions must be submitted no later than 11:59 PM ET on December 28, 2020. See the EMCBC ORRCC procurement website for additional information at https://www.emcbc.doe.gov/seb/orrcc/rfppage.php. OFFERS ARE DUE BY 4:00 PM ET ON FEBRUARY 16, 2021.
CITE: https://beta.sam.gov/opp/19ead9dbdf30472da4c54dc02dbc9f08/view
Posted: 12/18/20
SPONSOR: U.S. DOE, Environmental Management Consolidated Business Center, Cincinnati, OH.
46 -- BGNDRF PORTABLE MEDIA FILTER FOR PFAS REMOVAL (PRESOL)
SOL: 140R4021Q0004
NAICS: 333999. This presolicitation notice is issued to advise interested parties of the U.S. Bureau of Reclamation's intent to issue a FULL AND OPEN solicitation for a portable media filter for per- and poly-fluorinated substances (PFAS) removal for its Brackish Groundwater National Desalination Research Facility (BGNDRF), located at 500 Lavelle Road, Alamogordo, New Mexico 88310. The portable media filter unit will be used primarily to remove PFAS from saline brackish
groundwater (well water) as a pretreatment, point-of-use system prior to client use, and shall be used to treat the dead space in the bottom of a storage tank prior to discharging the effluent to the City. Contractor shall provide a fixed cost to furnish and deliver a new media filtration system to the BGNDRF Facility. The system shall be portable such that a forklift having a capacity of 3,400 lbs can move either the entire system, or components of the system, over a variety of terrain outside. The system shall be designed for the treatment of saline water with a total dissolved solids concentration ranging from 800 mg/L to 6,500 mg/L at a flow of 10 to 30 gpm. The O&M manual shall include a list of at least three vendors that can receive the spent PFAS media and comprehensive steps for disposal. Filter performance objectives are to completely remove total PFAS concentrations below the analytical detection limit (roughly 5 to 7 ppt). RELEASE OF THE SOLICITATION IS ANTICIPATED IN EARLY JANUARY 2021, with award likely in February 2021.
CITE: https://beta.sam.gov/opp/08a736272a0f466c9ee94df1ee5c3c88/view
Posted: 12/15/20
SPONSOR: U.S. Bureau of Reclamation, Upper Colorado Regional Office, Salt Lake City, UT.
MEGA SMALL BUSINESS PRE-PLACED REMEDIAL ACTION CONTRACT (PRAC) (PRESOL)
SOL: W912DQ21R3004
NAICS: 562910. This is a presolicitation synopsis for the preplaced remedial action contract IDIQ MATOC (multiple-award task-order contract), part of the USACE Multiple Environmental Government Acquisition (MEGA) strategy. THE SOLICITATION WILL BE SET ASIDE FOR SMALL BUSINESS CONCERNS under NAICS code 562910, size standard 750 employees. The contract will support work assigned to the USACE Northwestern Division and EPA Region 2 for hazardous, toxic and radioactive waste (HTRW) remediation projects for both civilian and military agencies of the federal Government. Performance will include a wide range of remedial action services at hazardous and radiological waste sites. It is anticipated that the majority of the work will be conducted within EPA Region 2. A-E services under FAR Subpart 36.6 will NOT be performed under the contract. RELEASE OF THE SOLICITATION IS ANTICIPATED ON OR AFTER JANUARY 4, 2021, for award of a MATOC with a target of 10 awardees under a contract ceiling of $176.25M.
CITE: https://beta.sam.gov/opp/af2fd6300a5b47b89b0347d2cd82bc87/view
Posted: 12/18/20
SPONSOR: U.S. Army Corps of Engineers, W071 Kansas City District, Kansas City, MO.