Notice of Intent to Sole Source - Remedial Investigation at Chanute AFB
ID: W912QR25R11KHType: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    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.
    Source Sought for environmental remediation activities for Air Force Plant 4, Ft. Worth TX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to express their interest and capabilities for an Optimized Remediation Contract (ORC) focused on environmental remediation activities at Air Force Plant 4 in Fort Worth, Texas. The contract will encompass a range of services including site investigation, design, construction of remedial systems, operation and maintenance of established remedies, and optimization to meet site-specific performance objectives at 24 Installation Restoration Program sites. This sources sought notice is intended for informational purposes only and does not constitute a solicitation or commitment by the government; responses are voluntary and will not influence future contract considerations. Interested parties should submit their responses or inquiries to Contract Specialist Kevin Cockerill at kevin.cockerill.2@us.af.mil and copy Contracting Officer Christopher Keyes at christopher.keyes.2@us.af.mil by 5 PM CDT on October 16, 2024.
    Emergency Spill Response
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide emergency spill response services for hazardous materials and waste spills at the Anniston Army Depot in Alabama. The contract involves rapid response to hazardous material incidents, including containment and cleanup of various substances such as petroleum products, acids, and bases, with a requirement for mobilization within four hours of notification. This procurement is critical for ensuring the safety of personnel and the environment during hazardous material incidents, with a contract value potentially exceeding $2 million over its duration. Interested parties must submit their offers by October 7, 2024, and can direct inquiries to Michelle Bundrum at christine.m.bundrum.civ@army.mil or Amber Burdett at amber.e.burdett.civ@army.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    $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. The procurement aims to engage qualified contractors to provide comprehensive environmental services, including site assessments, hazardous waste management, and compliance with federal environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. This initiative is crucial for addressing environmental contamination and ensuring sustainable practices in remediation efforts. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Posting Justification and Approval
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source firm-fixed price contract for the procurement of five Mobile Tactical Command Shelters (MTCS) from L3Harris Technologies Inc. This acquisition is critical for enhancing the military command and communication capabilities of Albania, ensuring compatibility with existing L3Harris equipment and avoiding significant operational risks and financial losses estimated at $3.1 million. The contract is justified under the Foreign Military Sales (FMS) Case DT-B-WAQ, citing L3Harris as the only responsible source capable of meeting the specific integration requirements due to proprietary specifications. Interested parties may express their interest and capability to respond to this requirement by August 7, 2024, with delivery expected no later than September 2024. For inquiries, contact Rem D. Ngo at Rem.D.Ngo.civ@army.mil or Aqua M. Jefferson at aqua.m.jefferson.civ@army.mil.
    Raymark Superfund Site, Stratford CT: Operable Units (OUs) 5 (Shore Road) & 6 (Morgan Francis)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is issuing a presolicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to remediate the Raymark Superfund Site in Stratford, Connecticut, specifically Operable Units 5 (Shore Road) and 6 (Morgan Francis). The project involves the excavation and offsite disposal of approximately 10,000 cubic yards of contaminated soil and the construction of a Resource Conservation and Recovery Act (RCRA) hazardous waste landfill cap, along with supporting infrastructure, to address contamination from the former Raymark facility. This remediation effort is crucial for public health and environmental safety, given the site's proximity to residential areas and the presence of hazardous materials such as PCBs, metals, and asbestos. The total contract value is not to exceed $49 million, with the solicitation expected to be released in October 2024 and work anticipated to commence around April 2025. Interested small businesses, including those certified as 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned, should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    DLA Disposition Services Hazardous Waste Removal New England Region
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified 8(a) small businesses for the removal, transportation, and disposal of hazardous waste in the New England region, specifically Connecticut, Massachusetts, Rhode Island, and Fishers Island, New York. The contract encompasses the management of various hazardous materials, including those regulated under the Resource Conservation and Recovery Act (RCRA), and is structured with a 30-month base period followed by a 30-month option period, with an anticipated start date of February 3, 2025. This procurement is critical for ensuring compliance with environmental regulations and maintaining safety standards at military installations. Interested contractors must submit their proposals to the primary contact, Jose Acevedo, at jose.acevedo@dla.mil, within 30 calendar days from the solicitation distribution date, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Analytical and Data Validation Services for Environmental Sample Analysis
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking proposals for Analytical and Data Validation Services for environmental sample analysis, with a focus on small businesses. The contract, estimated at $1,000,000 over five years, will involve chemical analysis of environmental matrices such as soil, water, and air, ensuring compliance with federal and state regulations, including the Clean Air Act and Resource Conservation and Recovery Act. This procurement is crucial for maintaining quality environmental services across several states in the USACE Northwestern Division. Interested vendors must hold federal accreditation, be registered in the System for Award Management (SAM), and submit proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with the RFP expected to be published on or about October 4, 2024, and responses due by November 4, 2024. For further inquiries, contact Briana Armstrong at briana.l.armstrong@usace.army.mil or John Scola at john.p.scola@usace.army.mil.
    Sources Sought for Batch Waste Treatment Support Structure at CCAD
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at the Corpus Christi Army Depot (CCAD), is conducting a sources sought notice to identify potential sources for a batch waste treatment support structure. The project involves designing, fabricating, and installing a new support structure to replace an existing severely corroded one, which poses safety risks. The contractor will be required to complete the project within six months while adhering to stringent operational, security, and environmental compliance standards. Interested parties can reach out to Harold Russell, Jr. at harold.w.russell.civ@mail.mil or Dawyn M. Martinez at dawyn.m.martinez.civ@army.mil for further information, noting that this is not a request for quotes and no funds are available for response preparation.