F--Big River Mine Tailings, (OU2) Sediment Removal
ID: SOL-R7-17-00013Type: Presolicitation
Overview

Buyer

ENVIRONMENTAL PROTECTION AGENCYENVIRONMENTAL PROTECTION AGENCYREGION 7 CONTRACTING OFFICELENEXA, KS, 66219, USA

PSC

NATURAL RESOURCES MANAGEMENT (F)

Set Aside

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

    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.

    Point(s) of Contact
    Hurst, Arlo
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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).
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at designated river miles. The project involves dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is not available. This initiative is crucial for maintaining navigable waterways and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with an estimated value between $5 million and $10 million, and interested contractors should contact Nathaniel Leyba or Laura Hedrick for further details.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through 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), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    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.
    R--Office of Research and Development (ORD) Risk Management and Ecological Exposur
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking a contractor to provide Risk Management and Ecological Exposure Research Support Services (RMEERS) as part of its Office of Research and Development (ORD) initiatives. The contract will encompass research, technical, and analytical services related to chemical and biological contamination across various ecosystems and water sources, aiming to develop multimedia solutions for environmental challenges and assess human and ecosystem exposure to harmful stressors. This indefinite delivery/indefinite quantity (ID/IQ) contract, set aside for small businesses, has a maximum ordering ceiling of $75 million over a seven-year period, with the solicitation expected to be released in early to mid-October 2023. Interested parties should contact Matthew Growney at growney.matthew@epa.gov or 513-487-2029 for further details.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    $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.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Other Heavy and Civil Engineering Construction services for the Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area project in Plaquemines Parish, Louisiana. The work involves the removal and disposal of material within the Hopper Dredge Disposal Area (HDDA) Borrow Site and restoration areas. The estimated construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about July 11, 2024, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov and are encouraged to register as an Interested Vendor on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    A--New Contract for "Exposure Screening Tools for Accelerated Chemical Prioritizat
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is conducting a market search for small businesses to support a new contract titled "Exposure Screening Tools for Accelerated Chemical Prioritization." This procurement aims to gather information on the availability and technical capabilities of small businesses to assist in the rapid assessment of industrial compounds from the ToxCast library, focusing on physico-chemical properties, chemical constituents, and screening for chemical occurrences in various media. The anticipated contract will be an indefinite delivery/indefinite quantity (IDIQ) award with a maximum value of approximately $7 million over a five-year period, following the expiration of the current contract on June 30, 2025. Interested small businesses are encouraged to submit their technical capabilities statements via FedConnect by October 4, 2024, and can contact Matthew Growney at growney.matthew@epa.gov or 513-487-2029 for further information.