Notice of Intent - IDIQs W912DQ20D3004-W912DQ20D3012
ID: W912DQSN3001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
  1. 1
    Posted Feb 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Northwestern Division, Kansas City District, intends to increase the maximum dollar value of the existing Pre-Placed Remedial Action Contract (PRAC) by $48 million, raising the total from $185 million to $233 million. This contract supports hazardous, toxic, and radioactive waste remediation projects, including excavation, transportation, and disposal of waste, as well as the construction and operation of groundwater treatment systems. The increase in funding will facilitate the ongoing remedial action at the Eighteen Mile Creek Superfund Site in New York. Interested parties should direct their responses via email to Lauren Minzenberger and Michael Dolly by 4:00 PM CDT on April 9, 2025.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
USACE, Kansas City SB PRAC MATOC
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking qualified small businesses to participate in the Pre-placed Remedial Action Contract (PRAC) for hazardous, toxic, and radioactive waste remediation projects. This contract will support various environmental response actions mandated by multiple federal programs, including the Defense Environmental Restoration Program (DERP) and Superfund, addressing the cleanup of military installations and other federal sites. The selected contractors will engage in service and construction activities related to environmental compliance and pollution prevention, playing a crucial role in safeguarding public health and the environment. Interested parties can contact William Hill at william.j.hill@usace.army.mil or 816-389-3243, or Michael Dolly at michael.s.dolly@usace.army.mil or 816-389-3177 for further details.
F--R7 DES: Oronogo-Duenweg Mining Belt (ODMB) Superfund Site, Operable Unit 4, Gro
Buyer not available
The Environmental Protection Agency (EPA) is seeking contractors for remediation services at the Oronogo-Duenweg Mining Belt (ODMB) Superfund Site, specifically for Operable Unit 4. The procurement aims to address environmental remediation needs at the site, which currently has no active Potentially Responsible Parties (PRPs). This opportunity is critical for ensuring the protection of environmental systems and public health in the affected area. Interested parties can reach out to Arlo Hurst at hurst.arlo@epa.gov or call 913-551-7637 for further details regarding the procurement process.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is soliciting proposals for an environmental services contract focused on Remedial Action Operations at the former Fort Devens and the former Sudbury Training Annex in Massachusetts. The contract aims to address various environmental services, including long-term monitoring, operations and maintenance activities, remedial action operations, and community relations support, particularly concerning contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkylated substances (PFAS). This Single Award Task Order Contract (SATOC) is set aside for small businesses under the SBA 8(a) Business Development Program, with a total contract capacity of $25 million over a five-year ordering period. Interested parties can contact Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
Former Guterl Specialty Steel FUSRAP
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, is seeking qualified small businesses to undertake a remediation project at the Former Guterl Specialty Steel site in Lockport, New York. The objective of this procurement is to remediate soils and materials contaminated with FUSRAP-related substances, including uranium isotopes, radium, and thorium, through complete soil excavation and building dismantlement, followed by off-site disposal. This project is critical for environmental protection and public health, as it addresses hazardous materials that pose risks to the surrounding community. Interested parties should contact Jenna Grainer at jenna.n.grainer@usace.army.mil or Frank D'Andrea at frank.j.d'andrea@usace.army.mil for further details, as the contract will be awarded based on the best overall proposal, with a focus on past performance, technical approach, and cost/price considerations.
Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A-E) Services for Hazardous, Toxic, Radioactive Waste (HTRW) Support, Seattle District (NWS)
Buyer not available
The Department of Defense, specifically the Department of the Army through the Seattle District (NWS), is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) and Multiple Award Task Order Contract (MATOC) focused on providing Hazardous, Toxic, and Radioactive Waste (HTRW) support services. The procurement aims to secure engineering services that are critical for managing and mitigating environmental hazards associated with HTRW, ensuring compliance with safety and regulatory standards. Interested firms should note that the response time for submissions has been amended to 1400 (2 PM), and they can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or 425-923-8716, or Curt Stepp at curt.stepp@usace.army.mil or 206-764-6805 for further inquiries.
USACE-Industry Engagement: Enterprise Environmental Acquisition Strategy (EEAS)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is engaging industry stakeholders for the Enterprise Environmental Acquisition Strategy (EEAS) aimed at enhancing environmental remediation services. This initiative seeks to establish a comprehensive suite of contract vehicles to support various environmental missions, including hazardous waste management and compliance with federal regulations such as the Resource Conservation and Recovery Act and the Comprehensive Environmental Response, Compensation, and Liability Act. Interested firms, particularly those classified as small businesses, are encouraged to participate in an Industry Day on April 22, 2025, from 9:30 AM to 11:00 AM CT, and to submit inquiries via the ProjNet system by April 24, 2025. For further information, contact Susan Prater at susan.prater@usace.army.mil or Tim Howland at timothy.j.howland@usace.army.mil.
Scott AFB ORC SATOC
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking qualified contractors for a Single Award Task Order Contract (SATOC) focused on environmental remediation services at Scott Air Force Base (AFB) in Illinois. The contract, which is set aside for small businesses, aims to address the remediation of soil and groundwater contaminated with various pollutants, including Per-and Polyfluoroalkyl Substances (PFAS), chlorinated solvents, and petroleum products, over a ten-year period. This initiative is critical for ensuring compliance with federal environmental regulations and safeguarding public health, as it involves a comprehensive range of services including hazardous waste management, community engagement, and long-term monitoring. Interested contractors should contact Kari Rogers at kari.a.rogers@usace.army.mil for further details, and proposals must be submitted electronically by the specified deadline to be considered for this opportunity.
Remediate Contaminated Sediment in Goose Cove to Support the Callahan Mine Superfund Site in Brooksville, Maine
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking bids for Environmental Dredging Services to remediate contaminated sediment at the Callahan Mine Superfund Site in Brooksville, Maine. The project involves dredging approximately 1 acre of sediment in Goose Cove to a depth of 2-3 feet, with the work expected to be performed during off-peak months from September to January, and will utilize either mechanical or hydraulic methods for sediment removal. This procurement is a 100% Small Business Set-Aside, with an estimated contract value between $2 million and $5 million, and the solicitation documents will be available online around April 15, 2025. Interested parties can direct inquiries to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or by phone at 978-318-8671.
Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for a Bulkhead Replacement project to support the Raymark Superfund Site remediation in Stratford, Connecticut. The project involves the installation of approximately 515 linear feet of a new 20-foot-deep steel sheet pile bulkhead, along with associated site work such as regrading, installation of rip rap, and drainage enhancements. This construction effort is crucial for environmental restoration and is estimated to cost between $1,000,000 and $5,000,000, with the solicitation expected to be issued in spring 2025 and construction commencing in summer 2025. Interested contractors can direct inquiries to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin E. Bradley at erin.e.bradley@usace.army.mil, and must access the solicitation through the System for Award Management website.
F--R7 Cherokee County Superfund Site OU#4 Treece Subsite Cherokee County, Kansas.
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors for remediation services at the R7 Cherokee County Superfund Site OU4 Treece Subsite in Cherokee County, Kansas. This presolicitation opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the importance of supporting veteran-owned enterprises in environmental remediation efforts. The selected contractor will play a crucial role in addressing environmental concerns at this site, which is significant for public health and ecological restoration. 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 procurement process.