IDIQ for Abatement & Remediation Services
ID: 12305B24R0012Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS NEA AAO ACQ/PER PROPBELTSVILLE, MD, 20705, USA

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)
Timeline
    Description

    Presolicitation notice from the Department of Agriculture, specifically the Agricultural Research Service, for an Indefinite Delivery Type Contract for abatement and remediation services. The services are needed to stabilize, clean, and remediate the Beltsville Location campus due to its age and history. The contract will be for one year with four priced optional years. The contractor will be responsible for specialized abatement, remediation, cleaning, contaminant disposal, and repair services related to asbestos, mold, lead, and other materials such as PBC and mercury. The market research is ongoing and a set-aside determination has not yet been made.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    Blast Booth & Paint Equipment Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm-Fixed Price requirements contract focused on the safe cleaning and abatement of heavy metals, including lead, cadmium, and chromium, as well as dirt and debris from Blast and Paint Booth equipment at Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement emphasizes a total small business set-aside under NAICS code 562910 for remediation services, highlighting the importance of maintaining environmental safety and compliance at military facilities. The solicitation number W911N2-25-R-0004 is anticipated to be released around October 24, 2024, with a closing date expected around November 25, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    F--Former United Zinc Remedial Action
    Active
    Environmental Protection Agency
    Presolicitation notice from the Environmental Protection Agency (EPA) for the procurement of a remedial action service at the Former United Zinc and Associated Smelters Superfund Site in Iola, KS. The objective is to reduce human health risk by removing lead-contaminated material from assigned residential properties. Approximately 1,067 residential properties will be eligible for remediation, backfill, and restoration over a four-year period. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    F--Big River Mine Tailings, (OU2) Sediment Removal
    Active
    Environmental Protection Agency
    Presolicitation ENVIRONMENTAL PROTECTION AGENCY is seeking the services of an experienced firm to provide lead-contaminated sediment removal for the EPA Pilot Study Area located in St. Francois County, Missouri impacted by human transport of mine waste resulting from nearly 2 1/2 centuries of mining in the Old Lead Belt located in Southeast Missouri, Madison County and southern St. Francois County. The work to be performed under this contract consists of excavation and relocation of lead-contaminated materials (mine waste, soil, gravel) from the Big River. This material will be relocated to a soil repository site. Additionally, before relocating the excavated sediment, a 24-inch layer of soil shall be excavated from the repository site. This excavated soil will be used to cap the contaminated sediment. The Period of Performance (POP) for this procurement will be one (1) year. The contractor shall be required to comply with all applicable federal, state and local laws and regulations. Remediation will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERECLA) as amended by the Superfund Amendments and Reauthorization Action (SARA), and National Contingency Plan (NCP) requirements. Estimated dollar value for this procurement is between $350k - $450k. This procurement will be a total Small Business set-aside.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    Notice of Intent to Sole Source - Remedial Investigation at Chanute AFB
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers-Louisville District, intends to award a sole source contract to Alliant Corporation for a Time-Critical Removal Action (TCRA) addressing per- and polyfluoroalkyl substances (PFAS) at the former Chanute Air Force Base in Champaign, Illinois. This procurement is being conducted under the authority of FAR 16.505(b)(2)(i)(A) and is not open for competitive quotes or proposals; however, interested parties may submit capability statements to demonstrate their qualifications. The work is critical for environmental remediation efforts, particularly in managing hazardous substances that pose risks to public health and the environment. Responses must be submitted within 15 days from the posting date, and inquiries can be directed to Alexa Dukes at alxa.l.dukes@usace.army.mil.
    Formerly Utilized Sites Remedial Action Program (FUSRAP) Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, Environmental Services - USACE St. Louis District
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking a qualified firm to provide ongoing support for the Formerly Utilized Sites Remedial Action Program (FUSRAP) related to Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, and Environmental Services. The procurement aims to ensure effective management and remediation of hazardous waste sites, which is critical for environmental safety and compliance with federal regulations. Interested firms can reach out to Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil for further inquiries. Additional details, including updates from Amendment 0001, can be accessed through ProjNet Bidder Inquiries.