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--R7 Tri-State Lead (Pb) MATOC
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for the F--R7 Tri-State Lead (Pb) Multiple Award Task Order Contract (MATOC), aimed at providing remediation services in Joplin, Missouri. This contract is set aside for small businesses and focuses on environmental remediation efforts to address lead contamination in the region. The selected contractors will play a crucial role in safeguarding public health and the environment by implementing effective lead remediation strategies. Interested parties can reach out to Scott Dandy at Dandy.Scott@epa.gov or call 913-551-7949 for further details regarding the solicitation process.
    R7 Washington County Lead District –Furnace Creek
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for the R7 Washington County Lead District project, specifically focusing on environmental remediation services at Furnace Creek in Potosi, Missouri. This procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the importance of supporting diverse business participation in federal contracting. The selected contractor will play a crucial role in addressing lead contamination issues, which are vital for protecting public health and the environment. Interested parties can reach out to Frank Novello at Novello.Frank@epa.gov or by phone at (913) 551-7642 for further details regarding the solicitation.
    F--R7 GRANBY SUBDISTRICT NEWTON COUNTY MINE TAILINGS
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for the F--R7 Granby Subdistrict Newton County Mine Tailings project, aimed at environmental remediation services in Joplin, Missouri. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, focusing on the cleanup and management of mine tailings to protect the environment and public health. The selected contractor will play a crucial role in addressing contamination issues, ensuring compliance with environmental standards, and restoring the affected areas. Interested parties can reach out to Frank Novello at Novello.Frank@epa.gov or (913) 551-7642 for further information regarding the solicitation.
    F--Former United Zinc Remedial Action
    Buyer not available
    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).
    Nationwide Heavy Metals Remediation Services in support of Army Reserve Installation Management Directorate
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to provide nationwide heavy metals remediation services in support of the Army Reserve Installation Management Directorate. The primary objective of this procurement is to address lead contamination in Army Reserve facilities, ensuring compliance with federal, state, and local regulations while safeguarding human health. The scope of work includes project management, lead sampling, mitigation services, and comprehensive reporting, with a focus on adhering to stringent cleaning protocols and safety standards. Interested contractors should note that the contract is structured as a Multiple Award Task Order Contract (MATOC) with a total capacity not exceeding $245 million, and proposals must be submitted by the specified deadline. For further inquiries, contact Adrienne Manuel at adrienne.c.manuel@usace.army.mil or call 502-315-6509.
    Lead Paint Removal - Sault St. Marie
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking contractors for a lead paint removal project at the New Power Plant Building in Sault St. Marie, Michigan. The procurement aims to hire a vendor to perform lead-containing paint abatement and air monitoring services for 89 mooring buttons, with a contract value estimated at $25 million and a completion timeframe of approximately 15 weeks. This initiative is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials. Interested parties must submit electronic quotes by March 6, 2025, and can contact Sally Artz at sally.artz@usace.army.mil or Stephanie M. Craig at Stephanie.M.Craig@usace.army.mil for further information.
    Z--LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for 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 addressing areas previously storing hazardous materials. This project is critical for maintaining safe working conditions and regulatory compliance in laboratory environments, with a performance period commencing on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors should direct inquiries to Donald Downey at ddowney@usgs.gov or call 303-236-9331, and must acknowledge receipt of amendments to the solicitation to avoid rejection of their offers.
    F108--A/E: Conduct Hazardous Material Abatement, STL-JB&JC (657-25-105)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to conduct hazardous material abatement at the John Cochran and Jefferson Barracks VA Medical Centers in Missouri. The project involves environmental remediation focused on asbestos and lead, with an estimated cost range between $100,000 and $250,000 and a performance period of 60 days. This initiative is crucial for ensuring the safety and health of the facilities, highlighting the importance of engaging SDVOSBs in government contracting opportunities. Interested firms must submit their capability statements by March 7, 2025, to Contract Specialist Abby Monroe at Abby.monroe2@va.gov or by phone at (913) 758-9916, and must be registered with the System for Award Management (SAM) and the Small Business Administration (SBA).
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services as part of the Rivers FY25 Environmental Services project. This contract aims to control invasive species at the Riverlands Migratory Bird Sanctuary, requiring contractors to provide all necessary materials, labor, and supervision for herbicide applications targeting specific invasive plants from April to November 2025. The project underscores the importance of responsible environmental stewardship and compliance with federal guidelines for herbicide use, ensuring minimal impact on non-target vegetation. Interested small businesses must submit their offers by the specified deadline, and inquiries can be directed to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil.
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (RFP N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract seeks qualified contractors to provide comprehensive remediation services, including emergency responses and various remediation methods such as bioremediation and excavation, with a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring compliance with federal environmental regulations and promoting effective remediation efforts at contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance with specified labor rate ceilings, by the designated deadline, with inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.