SOLICITATION DISTRICT 17 ENVIRONMENTAL REMEDIATION SERVICES MULTIPLE AWARD CONTRACT
ID: 70Z08725RJUNE28424423Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU JUNEAU(00087)JUNEAU, AK, 99802, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Alaska Environmental Remediation Services Multiple Award Task Order Contract (MATOC), which is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued at an estimated $45 million. This contract aims to provide professional environmental remediation services in support of the Civil Engineering Unit Juneau's Environmental Management Branch, focusing on the Arctic Region and addressing various environmental compliance and remediation needs. Contractors will be required to demonstrate prior experience on three Alaska-based projects, including two for Remedial Action and one for Environmental Remedial Investigation, with specific qualifications for key personnel outlined in the solicitation. Proposals are due by December 5, 2025, and interested parties should contact John Wright at smb-ceujuneau-akenv@uscg.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard Civil Engineering Unit (CEU) Juneau is seeking environmental remediation services across Alaska through an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC). This solicitation, under NAICS Code 562910, has an estimated maximum capacity of $45 million, with a minimum guarantee of $5,000 per contractor. The contract includes a one-year base ordering period and two three-year options, extendable by six months. Task orders will be firm-fixed-price and performance-based, with specific requirements and schedules defined in each order. Key personnel, travel, and invoicing procedures are outlined, emphasizing electronic submissions via the Invoice Processing Platform (IPP). The government may adjust the number of contractors through on-ramping and off-ramping measures to ensure effective competition. Contractors must possess all necessary licenses and permits for hazardous substance removal or disposal. Various FAR and HSAR clauses are incorporated, covering areas such as whistleblower rights, prohibitions on certain hardware/software, insurance, and bond requirements for construction activities.
    Amendment 0001 to RFP 70Z08725RJUNE28424423 for Alaska Environmental Remediation Services IDIQ addresses several key updates. The amendment extends the proposal due date from November 30, 2025, to December 2, 2025. It incorporates a revised Statement of Work (SOW) based on answers to RFI Questions 1-4. Specifically, a requirement for a Traffic Control Plan for the Eldred Rock Site Characterization Work Plan was removed, and a reference to Guard Island Lighthouse in the Memorandum of Agreement was corrected to Eldred Rock Sight Station. Additionally, clarification was provided regarding the type of projects to be submitted for remedial or removal actions, and information on COCs/COPCs for Eldred Rock Light Station was directed to an attachment. Offerors are required to acknowledge and return a signed copy of this amendment with their proposal.
    Amendment 0002 to RFP 70Z08725RJUNE28424423 for Alaska Environmental Remediation Services IDIQ addresses multiple Requests for Information (RFIs 6-24), incorporates supplemental attachments, and amends Sections L and M of the solicitation. Key changes include extending the proposal due date from November 30, 2025, to December 2, 2025. The amendment clarifies requirements for a "Best Value" determination for the Seed Project by referring to the amended Sections L and M. It also confirms that a site visit is not scheduled and provides additional historical environmental documentation related to Eldred Rock. Furthermore, the amendment confirms that a technical approach for the Seed Project is not required, clarifies key personnel resume requirements, and specifies audit documentation needs for Joint Ventures. The revised Attachments 3 (Rate Sheet and Seed Project Price Schedule) and supplemental environmental documents are included.
    Amendment 0003 for RFP 70Z08725RJUNE28424423, "Alaska Environmental Remediation Services IDIQ," addresses various inquiries and modifies the solicitation. Key changes include extending the proposal due date from November 30, 2025, to December 2, 2025, and incorporating Federal Acquisition Regulation (FAR) provision 52.209-7, "Information Regarding Responsibility Matters." The amendment also revises Section L5.2, reducing the minimum project amount for prior experience from $1,000,000 to $500,000 for remedial action projects. It clarifies that offerors must have served as the prime contractor or joint venture partner for cited experience, and projects must be executed in Alaska. Additionally, the amendment answers various questions related to CPARS submissions, teaming partners, and specific project requirements, reinforcing existing guidelines and making minor adjustments to ensure compliance and clarity for bidders.
    Amendment 0004 to RFP 70Z08725RJUNE28424423 for Alaska Environmental Remediation Services addresses specific inquiries (RFIs 52-54) and revises sections L5.2 and M5.2 of the solicitation. The amendment clarifies that while standard prime-sub teaming agreements do not qualify for 8(a) eligibility unless they are SBA-recognized mentor-protégé joint ventures, the USCG will accept experience and past performance from key subcontractors, affiliates, subsidiaries, or parent firms under section L5.2. Offerors using such experience must detail the business relationship and demonstrate meaningful involvement in the contract, limited to one page. The proposal due date remains December 2, 2025. This amendment aims to provide clarity on acceptable teaming arrangements and experience for the proposal submission.
    Amendment 0005 to RFP 70Z08725RJUNE28424423 for Alaska Environmental Remediation Services addresses RFI's 55-73, revises sections L5.2 and M5.2, and extends the proposal due date to December 5, 2025. Key changes include clarification on acceptable prior experience for offerors (prime, JV partner, subcontractor, affiliate, subsidiary, or parent firm), specifying requirements for three projects in Alaska within the last ten years (two for Remedial Action with a minimum contract value of $1,000,000, and one for Environmental Remedial Investigation). Additionally, key personnel must be prime employees, and the bid guarantee is not required for the Seed Project. The amendment also details evaluation criteria for prior experience, emphasizing project diversity, complexity, and the role of key personnel. The RFI period has officially closed, and no further questions will be accepted.
    Amendment 0006 to RFP 70Z08725RJUNE28424423 for Alaska Environmental Remediation Services IDIQ clarifies the requirements for key personnel resumes. Specifically, it corrects a previous response to RFI question 57, stating that only the Program Manager is required to be a direct report to the Offeror. Other Environmental Scientist/Engineer/Specialist roles can be filled by in-house staff or subcontractors. The RFI period for this solicitation has closed, and the proposal due date remains December 5, 2025. Offerors are required to acknowledge receipt of this amendment by returning a signed copy with their proposal. The amendment was issued by the USCG, Civil Engineering Unit Juneau.
    The U.S. Coast Guard is issuing Amendment 0002 for the Alaska Environmental Remediation IDIQ, an 8(a) Set-Aside Multiple Award Task Order Contract (MATOC) with an estimated capacity of $45M for environmental remediation services. This solicitation targets five contractors primarily within the Arctic District AOR, with individual Firm-Fixed Price (FFP) task orders. Proposals must include key management personnel resumes, prior experience on three Alaska-based projects (two remedial action, one remedial investigation), past performance evaluations, a technical approach to a seed project, and a business/price proposal. Evaluation factors, equally weighted among non-price categories, will consider key personnel qualifications, project relevancy and complexity, past performance ratings, and the technical approach's innovativeness. Price, particularly IDIQ rates, will be a significant factor in the best value trade-off selection process. The government intends to award without discussions, aiming for the best overall value to the government.
    The "SEED PROJECT: ELDRED ROCK SITE CHARACTERIZATION AND ENVIRONMENTAL SUPPORT" document outlines a government contract for site characterization and environmental support for the Eldred Rock site and USCG Light Station. The project is divided into four main tasks: Project Management and Meetings, Planning Documents (including work plans for site characterization and long-term monitoring), Field Work (for both Eldred Rock and the USCG Light Station), and Reporting and Environmental Program Support (including various reports, audits, and divestiture support). The document also details a cost breakdown for labor, subcontractors, equipment, materials, and other direct costs, with specific hourly rates for various positions across multiple years, and clearly states that all per diem costs must adhere to Joint Travel Regulations, with no profit applied to travel costs.
    The U.S. Coast Guard (USCG) is seeking professional environmental remediation services for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract across Alaska (D17), under Project Number PN 11576711. The Statement of Services, dated December 2024, outlines support for four key environmental programs: Restoration and Liabilities, Environmental Compliance and Construction Support, Environmental Planning, and Sustainability and Training. The selected firm will provide personnel, equipment, and services for various environmental needs, including site investigations, remediation, hazardous waste management, permitting, and compliance with federal, state, and local regulations. Work will be conducted through individual task orders, requiring experienced key personnel with specific qualifications and experience in Alaska or similar remote areas. The contractor is responsible for quality control, safety, health, environmental protection, and compliance with USCG security protocols, including the RAPIDGate Program and security vetting.
    This government Statement of Work (SOS) outlines the need for site characterization, cleanup, and long-term management (LTM) support at five US Coast Guard Light Stations in Alaska, including Eldred Rock, Sentinel Island, Five Finger, Cape Decision, and Point Retreat. The primary objective is to meet Alaska Department of Environmental Conservation (ADEC) requirements for site remediation and document institutional controls. The contractor will be responsible for obtaining regulatory approval for a Site Characterization Work Plan at Eldred Rock, determining the extent of contamination and hazards, and updating environmental documentation. The project also requires a review of LTM compliance at multiple sites. Key personnel, including a Project Manager, Regulatory Specialist, and Senior Engineer/Geologist, are required. The work will involve planning documents, fieldwork, and various reports, all in compliance with federal and state regulations, with a performance period of 730 days.
    This technical memorandum outlines the development of Alternate Cleanup Levels (ACLs) for soil at U.S. Coast Guard (USCG) light stations in Southeast Alaska. Authorized under 18 AAC 75.340, these risk-based ACLs address chemical constituents detected at the remote sites, considering future land uses like seasonal visitors or worker/residents. The document details a generic conceptual site model, identifies lead-based paint and fuel spills as primary contaminant sources, and rules out groundwater as a drinking water source. It presents equations and exposure assumptions for calculating ACLs for both non-lead contaminants and lead, using models like the IEUBK and ALM. The average extractable lead fraction from soil was determined to be 13%, which is lower than the default 30% in the USEPA's IEUBK model. The resulting ACLs will guide remedial decisions to ensure human health and environmental protection while minimizing remediation costs.
    This government Statement of Work outlines a project for site characterization and environmental support at various US Coast Guard Light Stations in Alaska, with a focus on Eldred Rock. The primary objective is to meet Alaska Department of Environmental Conservation (ADEC) requirements for site cleanup and long-term management (LTM) of institutional controls at Eldred Rock, Sentinel Island, Five Finger, Cape Decision, and Point Retreat. The contractor will conduct site characterization, determine the nature and extent of contamination, update environmental documentation, and review LTM compliance. Key tasks include project management, developing work plans for site characterization and LTM, conducting fieldwork, and preparing comprehensive reports. The project also involves updating Environmental Due Diligence Audits (EDDA) and Site Compliance Reports (SCRs), providing divestiture support for Eldred Rock, and potentially assisting with a Memorandum of Agreement (MOA) regarding the historic Eldred Rock Lighthouse. The work must comply with federal and state environmental regulations, and key personnel with specific experience are required.
    The 2015 Site Compliance Report for Light Station Eldred Rock, Alaska, details environmental liabilities and remediation efforts at the decommissioned USCG facility. Primary concerns include lead contamination from exterior paint in surrounding soils and potential asbestos tiles scheduled for removal. Investigations since the mid-1990s have identified diesel-range organics (DRO) and residual-range organics (RRO) in soil, though RRO is no longer a significant concern after silica gel cleanup. The site, listed on the National Register of Historic Places, has an average lead concentration of 1,492 mg/kg, exceeding the Alaska Department of Environmental Conservation (ADEC) approved Alternate Concentration Limit (ACL) of 1,064 mg/kg. The recommended path to closure involves institutional controls and chemical in-situ treatments using hydroxyapatite to reduce lead bioavailability, rather than invasive excavation, due to the site's remote nature and ecological considerations. The Eldred Rock Lighthouse Preservation Association (ERLPA) plans building stabilization and interior maintenance in May 2015. The report also highlights applicable environmental regulations and the site's ecological screening results, indicating a low potential terrestrial ecological risk and no aquatic risk.
    The document outlines a federal government Request for Proposal (RFP) for the "SEED PROJECT: ELDRED ROCK SITE CHARACTERIZATION AND DISTRICT 17 ENVIRONMENTAL SUPPORT." This RFP details a multi-year project involving site characterization, environmental support, and long-term monitoring for the Eldred Rock site and USCG Light Station. The project is structured into four main tasks: Project Management and Meetings, Planning Documents (including work plans), Field Work (for both Eldred Rock and the USCG Light Station), and Reporting and Environmental Program Support (encompassing various reports and divestiture support). The document also includes a rate sheet for a District 17 Environmental IDIQ, specifying proposed escalation rates, base rates, firm overhead, firm profit, and prime markup for various disciplines over a base year and multiple optional ordering periods.
    The NAVFAC/USACE/USCG Past Performance Questionnaire (Form PPQ) is a standardized evaluation tool used by government agencies to assess contractor performance on past projects. It collects detailed information about the contractor, including firm details, work performed (prime, sub, JV), contract specifics (number, type, title, dates, prices), and a project description. The form also gathers client information and requires the client to rate the contractor's performance across various categories: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Each rating category uses an adjectival scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with clear definitions. The client is encouraged to submit the completed questionnaire directly to the offeror, who then submits it with their proposal. This document is crucial for evaluating performance risk in federal government RFPs, grants, and state/local RFPs.
    The Alaska Department of Environmental Conservation (ADEC) reviewed the Debris Removal Report for the USCG Eldred Rock Light Station, noting debris removal actions are not regulated by site cleanup rules but appreciating the information. ADEC also reviewed the site file, determining that lead-contaminated soil from lead-based paint and petroleum-contaminated soil from fuel storage tanks and a floor drain are governed by site cleanup rules. Investigations found diesel-range organics, residual-range organics, and lead exceeding default cleanup levels. ADEC determined diesel-range organics do not pose an unacceptable risk. However, conditional closure requires addressing residual-range organic contamination, developing a proposal for lead-contaminated soil in line with new exposure area determination methods, and implementing a system to track contaminated soil to prevent inappropriate excavation and disposal.
    Jacobs Engineering Group Inc. conducted a Modified Phase II/III Environmental Due Diligence Audit Site Investigation at the Eldred Rock Lighthouse in southeast Alaska. This was part of the U.S. Coast Guard's divestiture process to transfer the property, requiring the removal of waste posing potential threats to human health or the environment. The investigation aimed to determine site-wide lead concentrations, delineate residual-range organics (RRO) contamination, and evaluate potential hazards. The average lead concentration was found to be 1,492 mg/kg, exceeding the alternate cleanup level of 1,064 mg/kg. Several remediation options for lead contamination were presented, including access restriction, capping, soil removal, reevaluation of exposure scenarios, and in-situ treatment. RRO contamination in the Paint Shop area was detected but found to be below applicable cleanup criteria, with an average concentration of 187 mg/kg after silica gel cleanup, indicating no further action is required for RRO.
    Similar Opportunities
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC III) to address construction, maintenance, and repair needs across various DHS facilities nationwide. The procurement aims to establish up to ten regional contracts, each with a base period of three years and two optional two-year extensions, with an anticipated aggregate capacity of $4 billion. These contracts will encompass a wide range of construction services, including marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build project delivery methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into January 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at John.Wright@uscg.mil.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    Emergency Response Basic Ordering Agreement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    Sources Sought Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    Fuel System Tank Demolition St. Paul Alaska
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the demolition of the Aircraft Fueling System on St. Paul Island, Alaska, due to a diesel fuel leak contaminating the surrounding soil. The contractor will be responsible for providing all necessary supervision, labor, tools, equipment, materials, and transportation to effectively demolish the fuel system and remediate the contaminated area. This urgent requirement underscores the critical need for timely environmental remediation services to prevent further contamination. Interested parties can contact John Wright at john.wright@uscg.mil or by phone at 907-463-2410 for further details regarding this opportunity.
    USCGC REEF SHARK DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Department of the Army, is preparing to solicit bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This project involves maintenance dredging, placement of dredged materials, and conducting pre- and post-dredge surveys, with the contractor responsible for providing all necessary labor, equipment, and materials. The contract will be firm-fixed price, with an estimated value between $1,000,000 and $5,000,000, and is contingent upon the availability of funds, with an anticipated award date in February 2026. Interested contractors must register in SAM.gov and can access the solicitation documents starting December 11, 2025, with electronic submissions accepted via the PIEE Solicitation Module.