LAB DECOMMISSIONING-CMWSC ROLLA, MO
ID: 140G0225R0008Type: Solicitation
Overview

Buyer

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

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

MAINTENANCE OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Z1HB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide laboratory decommissioning services at its facility in Rolla, Missouri. The procurement involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and cleaning areas that previously stored hazardous materials. This project is critical for maintaining safe working conditions and environmental stewardship, with a performance period starting on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors must acknowledge receipt of amendments to the solicitation and can contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further information.

    Point(s) of Contact
    Downey, Donald
    (303) 236-9331
    (303) 236-2710
    ddowney@usgs.gov
    Files
    Title
    Posted
    The U.S. Geological Survey’s Missouri Water Science Center requires comprehensive laboratory decommissioning services, including cleaning and hazardous waste disposal at its facility in Rolla, Missouri. The contractor will ensure compliance with federal, state, and local regulations while removing USGS-owned equipment and cleaning areas that previously stored hazardous materials. The project entails detailed tasks such as disassembling lab furniture, disposing of hazardous waste, and performing surface cleaning with biodegradable products. Coverage includes floors, walls, and ceilings, as well as complexity in removing specialized lab equipment like fume hoods and refrigeration units, with a focus on safe waste management and detailed documentation of all activities. After the cleanup, the contractor must conduct sampling to test for contaminants, ensuring all actions align with regulatory standards. Deliverables include a draft report within 20 days of project completion, with final documentation for all sampling, waste disposal, and any unforeseen hazards like asbestos or mold addressed promptly. The setup aims to achieve a fully compliant and safe return of the facility. Key elements include strict timelines, contractor qualifications, and quality assurance measures throughout the entire process. This effort underscores the USGS’s commitment to maintaining safe working conditions while navigating regulatory compliance and environmental stewardship.
    The document appears to be a compilation of various data points and representations relevant to federal and state/local Requests for Proposals (RFPs) and grants. However, its content is heavily garbled and corrupted, making it challenging to extract meaningful information. What can be inferred is a focus on collaborative initiatives, possibly suggesting opportunities for various stakeholders to engage with government entities for funding and project development. It emphasizes community involvement, leveraging resources, and complying with regulatory frameworks as part of these governmental processes. The structure includes headings and sections that might pertain to specific grants or proposals but lacks clarity due to its corrupt format. For stakeholders, understanding government expectations and compliance requirements remains critical in navigating these opportunities. Overall, the document seems to highlight the importance of transparency, accountability, and the rigor of federal and local funding initiatives.
    The document appears to be a fragmented and corrupted file related to federal grants and Request for Proposals (RFPs) associated with government programs. It seems to contain a considerable amount of non-coherent text, likely from scanned documents or a data extraction failure, which obscures the original purpose of the file. Within the structured context of federal and state solicitations, it is vital to interpret and manage government funds effectively, and such documents typically outline eligibility criteria, application procedures, funding amounts, and project objectives. However, due to the damaged nature of the text, specific topics, key ideas, and actionable details are not identifiable, leading to challenges in extracting meaningful insights. A successful government RFP would generally emphasize project goals, expected outcomes, and the necessary qualifications for bidders, serving as a guide for potential applicants seeking public funding. This file’s significance might lie in its potential to address urgent societal and environmental needs through structured funding opportunities, although this opportunity is heavily obscured by the technical issues presented in the document. Consequently, further investigation into the originating documents would be required to gain clarity on the intended message and actionable content.
    The site visit report details a tour conducted on February 20, 2025, at the Rolla, MO facility for a government solicitation related to construction work. Key participants included contractors from Northwind Engineering, Triangle Environmental Science and Engineering, and Tri Cat LLC, alongside representatives from the US Geological Survey (USGS). The tour covered various lab facilities and sparked inquiries regarding the scope of work, such as the building's occupancy during renovations and the fate of existing laboratory cabinets and equipment. Participants were informed that while some lab areas would be vacated shortly, other building sections would remain occupied unless safety concerns arisen. Specific questions addressed whether cabinets would remain or be removed and stored for future use, which the solicitation outlined. Concerns about asbestos-containing materials were also raised. The USGS representatives reiterated that contractors must refer to the solicitation for detailed instructions and timelines for project completion, which is set by July 31, 2025. This report highlights the importance of careful review of project specifications in government RFP processes and facilitates transparent communication between contractors and project representatives.
    The document outlines the Performance-based Work Statement Addendum 1 related to the photographic documentation of vital laboratory installations, specifically focusing on roof vents associated with the Sediment Laboratory and the Water Quality Laboratory. It includes five figures, each depicting different views of the water quality laboratory's fume hood vents, as well as a vent from the sediment laboratory dryer oven. This imagery serves to illustrate the physical conditions of ventilation systems that are likely relevant for regulatory compliance, safety standards, or future maintenance considerations in laboratory settings. The purpose of this addendum appears to be to furnish prospective bidders or stakeholders with essential visual context required for understanding the infrastructure linked to ongoing or upcoming federal projects, thereby aligning with the broader objectives of transparency and informed decision-making in the context of government RFPs.
    The document outlines specific directives related to the removal and management of furniture and waste in preparation for construction activities at a facility managed by the U.S. Geological Survey (USGS). Key points include the removal of cabinets and countertops, clarifying that these should be separated only when necessary to avoid damage. All laboratory chemicals have been cleared from the cabinets, leaving only normal office materials. The waste generated during the cleanup must identify USGS as the generator, with the acknowledgment that they are classified as a Very Small Quantity Generator and do not possess an EPA ID. The building's roofing contractor's contact is provided for coordination, and there will be designated staging areas for waste containers as construction proceeds. Lastly, the document clearly states that the ice machine in room 221 is to be disposed of after cleanup. This communication serves as part of an amendment to an RFP, providing essential information for contractors involved in the project while ensuring compliance with environmental regulations and procedural clarity.
    The document is an amendment to a solicitation issued by the US Geological Survey (USGS) for a firm-fixed-price contract. The main purpose of Amendment 0001 is to update the solicitation by adding an additional Attachment that includes a Site Visitor List and Questions and Answers (01-07). It specifies the importance of acknowledging receipt of the amendment prior to the submission deadline, outlining acceptable methods for acknowledgment, including electronic communication or a signed copy. The amendment modifies the contract/order as described and emphasizes that all terms, except those changed by the amendment, remain unchanged. Key contact information for the USGS point of contact is provided, ensuring offerors have access to necessary communication lines. The amendment plays a critical role in clarifying details essential for interested contractors as part of the procurement process under government contracting rules.
    The document outlines Amendment 0002 for solicitation ID 140G0225R0008, which modifies a federal contract issued by the USGS for a firm-fixed-price quote. It specifies the requirement for vendors to acknowledge receipt of the amendment in their submitted offers, either through direct acknowledgment on offer copies or via a separate communication referencing the solicitation and amendment numbers. The amendment adds Attachment 5, which includes a Performance-Based Work Statement along with five roof vent pictures. Key details include the deadline for acknowledgment, a specified contact for queries (Don Downey), and the notice that all original terms remain unchanged except where indicated. It emphasizes that failure to acknowledge the amendment may lead to offer rejection. This amendment is likely part of ongoing federal procurement processes, ensuring compliance and clarity for contractors involved in government projects. It stresses the importance of procedural adherence for modifications in federal contracts.
    The document is an amendment to a solicitation issued by the United States Geological Survey (USGS) regarding a firm-fixed-price quote. The primary purpose of Amendment 0003 is to update specific elements of the solicitation, including the addition of Attachment 6, which contains Questions and Answers 08 through 13. Additionally, the amendment designates a new USGS Buyer and Contracting Officer, and it extends the solicitation end date from February 27, 2025, to March 6, 2025. Offers must acknowledge receipt of this amendment in order to be considered valid. The amendment outlines the procedures for submitting acknowledgment, whether through the inclusion in offers, separate letters, or electronic communication. The document emphasizes the importance of timely receipt of acknowledgments and modifications to existing offers. The communication details for the new contracting officer, Don Downey, including contact information, are provided for potential bidders. This amendment reflects USGS's ongoing procurement process and ensures clarity and compliance among vendors responding to the solicitation.
    The document is a Request for Quotation (RFQ) issued by the U.S. Geological Survey for laboratory decommissioning services in Rolla, MO. It outlines the necessity for supplies and services to execute non-personal decommissioning, including equipment, labor, and materials, compliant with specified performance standards and wage determinations. The RFQ specifies delivery by July 31, 2025, with a performance period starting on February 21, 2025. Additionally, it outlines optional services for asbestos and mold remediation, emphasizing compliance with health and safety standards under relevant labor laws. The RFQ emphasizes the government's intention to assess price and non-price factors, such as past performance and technical capabilities of bidders, ensuring that the awarded contract offers the best value. It also includes guidelines for the site visit, evaluation criteria, contractor obligations, and detailed clauses with federal regulations. By issuing this RFQ, the government seeks qualified vendors to provide essential services while adhering to strict compliance and safety standards, thereby supporting ongoing facility maintenance and operational efficiency.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    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.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    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.
    Hazardous Waste Transportation and Disposal Services
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.gov.
    Z--Facilities Support Services for Operations and Maintenance and Janitorial Suppo
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking contractor support for Facilities Support Services related to Operations and Maintenance (O&M) and Janitorial Services at its Great Lakes Toxicology and Ecology Division (GLTED) laboratory facility in Duluth, Minnesota. The contract will encompass a range of services including the operation and maintenance of laboratory buildings, grounds maintenance, janitorial services, and support for shipping, receiving, and fleet operations, all essential for maintaining uninterrupted research activities at the facility. This procurement is significant as it ensures the proper functioning of a vital environmental research facility that supports long-term studies, with a total performance period of five years anticipated under a hybrid contract structure. Interested parties should contact Erin Ridder at ridder.erin@epa.gov or Kathleen Brady at brady.kathleen.v@epa.gov for further details.