F--Request for Information
ID: DOIGFBO250038Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), has issued a Request for Information (RFI) regarding the decommissioning of radioactive laboratory and wet lab space at the Upper Midwest Sciences Center in La Crosse, Wisconsin. This RFI aims to gather insights from qualified entities capable of assisting in the safe handling, surveying, and disposal of areas previously utilized for research involving radioactive materials, particularly Carbon-14. The contractor will be responsible for adhering to a Final Status Survey Plan, conducting necessary surveys, and ensuring compliance with regulatory disposal or decontamination methods. Interested parties are encouraged to submit their capabilities and rough cost estimates by June 13, 2025, to aid USGS in its decision-making process for potential future contracting opportunities. For further inquiries, contact Travis Herberholz at therberholz@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Interior's US Geological Survey (USGS) has issued a Request for Information (RFI) focusing on the decommissioning of radioactive laboratory and wet lab space at the Upper Midwest Sciences Center in La Crosse, Wisconsin. This RFI seeks to gather insights from qualified entities able to assist with the decommissioning process, which involves the safe handling and surveying of areas previously used for research involving radioactive materials, primarily Carbon-14. The document outlines the classification system for areas based on contamination potential and details the required disposal or decontamination methods as per regulatory guidelines. The contractor’s responsibilities include following a Final Status Survey Plan, conducting surveys, and ensuring proper disposal of contaminated materials. The RFI emphasizes voluntary responses and states that information provided will aid USGS in decision-making for potential future contracting. Given the scope, responses may lead to either small business set-asides or full and open competition for contracts. Interested parties must submit their capabilities and rough cost estimates by June 13, 2025, illustrating the legislative procedures surrounding federal contracting and the importance of compliance with safety regulations concerning radioactive materials.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    LBNL Decommissioning and Demolition (D&D)
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is seeking qualified companies to provide decommissioning and demolition (D&D) services for multiple buildings located on its property in Berkeley, California. The procurement aims to gather information on capabilities related to comprehensive D&D services, including project management, safety oversight, waste management, and site restoration, among others. This initiative is critical for ensuring the safe and efficient removal of structures and materials, particularly in compliance with federal regulations. Interested parties must submit their qualifications by October 31, 2025, at 4:00 PM PST via email to Tracy Kaae at tracykaae@lbl.gov, with a formal Request for Proposal (RFP) anticipated in January 2026 and contract award expected in December 2026.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    Request for Information - Housing, Transportation and Parking
    Buyer not available
    The Department of Energy, through Fermilab, is issuing a Request for Information (RFI) to identify firms capable of providing turnkey housing management, transportation, and parking services for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) in Lead, South Dakota. The procurement aims to secure housing for approximately 10-80 personnel from early 2026 through 2031, requiring fully furnished units with utilities, cleaning, and internet, all located within 30 miles of the Sanford Underground Research Facility (SURF). This initiative is crucial for supporting the logistics of the LBNF/DUNE project, ensuring that personnel have reliable accommodations and transportation solutions. Interested firms should submit their responses by December 5, 2025, and can contact Caroline Jones at cjones@fnal.gov or 303-916-9897 for further information.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated materials, including slag, battery casing materials, and associated wastes, which pose significant environmental hazards. This remedial action is crucial for addressing contamination and restoring the site, with the solicitation expected to be issued on or after November 21, 2025. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further information.
    Solicitation for Input from Advanced Nuclear Developers to Inform Launch Pad Siting and Facility Needs
    Buyer not available
    The Department of Energy, through the National Reactor Innovation Center (NRIC) at Idaho National Laboratory (INL), is seeking input from advanced nuclear developers to inform the establishment of a Nuclear Energy Launch Pad initiative. This Request for Information (RFI) aims to gather insights on the requirements for siting, infrastructure, and services necessary for the development and operation of advanced nuclear facilities, including reactors and fuel fabrication plants. The initiative is critical for enhancing U.S. energy capabilities and addressing challenges faced by nuclear developers in securing suitable sites and navigating regulatory pathways. Responses to this RFI are due by November 20, 2025, and should be submitted electronically to AnnMarie Marshall at ann.marshall@inl.gov.
    International Monitoring System (IMS) Waveform Operations and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), intends to issue a Request for Proposal (RFP) for the operation and maintenance of the International Monitoring System (IMS) waveform monitoring stations in the United States. This contract will cover the management of 14 IMS stations, including eight Infrasound, one Primary Seismic, and five Auxiliary Seismic stations, beginning in April 2026, with a transition period starting in February-March 2026 to ensure continuity of operations. The selected contractor will be responsible for sustaining these custom-designed stations, which are critical for monitoring compliance with the Comprehensive Nuclear-Test-Ban Treaty, and the contract is expected to be a cost-reimbursement or cost-plus-fixed-fee type with a five-year performance period. Interested parties should note that no solicitation documents are currently available, and inquiries will not be accepted at this time; however, the solicitation package is anticipated to be released electronically around December 2025. For further information, potential bidders may contact James N. Robinson at james.n.robinson2.ctr@mail.mil or Pinkesh Patel at pinkesh.m.patel.civ@mail.mil.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    76--GPSC5 Request for Qualifications
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified architect-engineering firms for the Geospatial Product and Services Contract v5 (GPSCv5) through a Request for Qualifications (Solicitation Number: 140G0225R0022). The procurement aims to establish Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping, remotely sensed data acquisition, and geospatial product generation, with a total funding ceiling of $850 million over five years and a minimum guarantee of $100,000 per contract. This initiative is crucial for enhancing geospatial capabilities across the U.S. and its territories, requiring firms to demonstrate licensed professional qualifications and experience in large-scale projects. Interested parties must submit their SF330 qualifications by December 12, 2025, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    Dose Reconstruction and Related Activities to Support NIOSH's Responsibilities under the Energy Employees Occupational Illness Compensation Act (EEOICPA)
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to assist with dose reconstruction and related activities under the Energy Employees Occupational Illness Compensation Act (EEOICPA). The primary objectives include conducting approximately 3,120 dose reconstructions annually, evaluating Special Exposure Cohort (SEC) petitions, and providing technical and program management support, all while adhering to strict privacy and security standards. This opportunity is critical for fulfilling NIOSH's obligations in supporting claims and ensuring accurate assessments of occupational exposure. Interested parties are encouraged to submit their capability statements and feedback on the draft Performance Work Statement (PWS) by contacting H. Dale Bish at uwo8@cdc.gov or Taylor Wellman at xur0@cdc.gov, as the government is currently in the sources sought phase and not yet soliciting proposals.
    Operation of the Center for Nuclear Waste Analyses as the NRC’s Federally Funded Research and Development Center-Seventh Renewal
    Buyer not available
    The Nuclear Regulatory Commission (NRC) is seeking to renew the operation of its Federally Funded Research and Development Center (FFRDC), specifically the Center for Nuclear Waste Regulatory Analyses (CNWRA), through a Justification for Other Than Full and Open Competition (JOFOC). This contract will provide essential personnel, materials, and technical assistance to support NRC's regulatory programs related to the nuclear fuel cycle, including activities such as reprocessing, storage, transportation, and the development of disposal systems for high-level radioactive waste. The CNWRA plays a critical role in advancing research and regulatory analysis, ensuring safety and security in nuclear waste management, and addressing global non-proliferation concerns. Interested parties can contact Rachel N. Glaros at Rachel.Glaros@nrc.gov for further information regarding this opportunity.