Former Guterl Specialty Steel FUSRAP
ID: W912P425R0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST BUFFALOBUFFALO, NY, 14207-3199, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit proposals for the remediation of contaminated soils and materials at the Former Guterl Specialty Steel site in Lockport, New York, under the Formally Utilized Sites Remedial Action Program (FUSRAP). The project aims to address contamination from total uranium, radium, and thorium, requiring complete soil excavation and building dismantlement, with off-site disposal as part of the remediation efforts. This procurement is a competitive 100% Small Business Set-Aside and will result in a Single Award Task Order Contract with a five-year base period and an additional five-year option period. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) for the official solicitation, anticipated to be released in October or November 2024. For further inquiries, contact Jenna Grainer at jenna.n.grainer@usace.army.mil or Frank D'Andrea at frank.j.d'andrea@usace.army.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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 the effective management and remediation of hazardous waste sites, which is critical for environmental safety and compliance with federal regulations. Interested firms should note that the primary contact for this opportunity is Whitney Dee, who can be reached at whitney.r.dee@usace.army.mil or by phone at 314-331-8621, with a secondary contact being Angie Grimes at angie.l.grimes@usace.army.mil or 314-331-8965. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), exclusively set aside for small businesses. This procurement aims to award up to eight contracts to qualified firms capable of providing comprehensive environmental remediation services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA. The contract is crucial for addressing environmental contamination and ensuring compliance with federal standards, reflecting the government's commitment to effective environmental management. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested parties can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    City of Johnstown FY24 Sediment Removal and Concrete Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking qualified contractors for the City of Johnstown FY24 Sediment Removal and Concrete Repairs project. This procurement involves channel maintenance work on the Conemaugh, Little Conemaugh, and Stonycreek Rivers, including the removal of approximately 40,000 cubic yards of sediment, cleaning and repairing weepholes, resealing concrete expansion joints, and vegetation removal along concrete channels. The project is crucial for maintaining local flood protection and restoring the river channels to their as-built conditions. The contract, valued between $5 million and $10 million, is set aside for small businesses, with bids due following the issuance of the Invitation for Bid on or about October 4, 2024. Interested parties can contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil 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--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.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for soil sampling services at Cannon Air Force Base in New Mexico, focusing on the assessment of PFAS contamination beneath the Aircraft Fire Training Evaporation Pond. The contractor will be required to collect soil samples to a depth of 15 feet at designated intervals, adhering to EPA Method 1633 for analysis, to determine the extent of contamination from aqueous film-forming foam (AFFF). This procurement is critical for ensuring environmental compliance and safety in military operations, reflecting the federal government's commitment to managing hazardous materials effectively. Interested small businesses must submit their proposals by September 20, 2024, with a total contract value of up to $25 million, and can direct inquiries to Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil.
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.