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 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.