Mid-plume groundwater remediation at the Walton & Lonsbury Superfund Site, Attleboro, Massachusetts
ID: W912WJ26RA001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified small businesses to undertake groundwater remediation at the Walton & Lonsbury Superfund Site in Attleboro, Massachusetts. The project involves a Firm-Fixed Price service contract aimed at addressing contamination issues stemming from a former electroplating facility, with specific tasks including the reduction of hexavalent chromium in groundwater using zero-valent iron technology. This remediation effort is critical for environmental protection and public health, as it aims to prevent contaminated groundwater from discharging into nearby water bodies. Interested parties should note that the solicitation will be available online around December 2025, and an organized site visit is scheduled for December 15, 2025, at 1:00 PM Eastern; inquiries can be directed to Kyle Hall at kyle.k.hall@usace.army.mil or by phone at 978-318-8479.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is preparing to issue an Invitation for Bids for the Wareham Harbor Federal Navigation Project Dredging in Wareham, Massachusetts. This procurement is a Total Small Business Set-Aside, requiring qualified contractors to perform mechanical dredging of approximately 52,000 cubic yards of shoaled material over a 10.2-acre area, with an estimated construction cost between $1,000,000 and $5,000,000. The project is critical for maintaining a 2.4-mile long, 9-foot deep navigation channel, ensuring safe passage for vessels, and is expected to commence on July 1, 2026, with all work to be completed by December 31, 2026. Interested bidders should note that the solicitation documents will be available online around mid-November 2025, and inquiries can be directed to Heather Skorik at heather.skorik@usace.army.mil or by phone at 978-318-8040.
    Increasing capacity on IDIQ W912WJ19D0003
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers New England District, is seeking to increase capacity on the existing IDIQ contract W912WJ19D0003 for environmental support services. The procurement focuses on three main program areas: a Groundwater Treatment Plant Treatability Study at Hanscom Air Force Base in Bedford, MA, a Remedial Investigation for LF004 at the same base, and construction phase services at the Raymark Superfund Site in Stratford, CT. This additional capacity is crucial to ensure the timely completion and maintenance of ongoing environmental remediation efforts. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    Remedial Action at Roebling Steel Superfund Site
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, specifically for Operable Units 4 and 5. The objective of this procurement is to implement environmental remediation services to address contamination issues at the site, which is critical for restoring the area and protecting public health. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of engaging smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details regarding the solicitation process.
    WELSBACH RA SATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Single Award Task Order Contract (SATOC) for Remedial Action efforts at the Welsbach/General Gas Mantle Superfund Site in Camden County, NJ. This contract, valued at approximately $95 million, aims to ensure continuity of personnel and institutional knowledge for effective soil remediation, which may include designs, interim actions, and laboratory management among other necessary actions. The SATOC will be set aside for small business concerns under NAICS Code 562910, and interested parties must be registered in the System for Award Management (SAM) to be eligible for award. The solicitation is expected to be released around December 15, 2025, and inquiries can be directed to Lauren Minzenberger at lauren.o.minzenberger@usace.army.mil.
    Standard Chlorine of Delaware- Remediation Services Single Award Task Order Contract (SATOC)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the Standard Chlorine of Delaware Remediation Services Single Award Task Order Contract (SATOC). This contract aims to provide remediation services at the site located at 745 Governor Lea Road, New Castle, DE 19720, which is critical for environmental restoration efforts. The procurement is set aside for small businesses, and interested contractors must adhere to a series of amendments and deadlines, with the final proposal submission due by 8 December 2025 at 5:00 PM EST. For further inquiries, potential bidders can contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or by phone at 215-656-6761.
    FORMOSA MINE SUPERFUND SITE, OPERABLE UNIT 1 (OU1) REMEDIAL ACTION PROJECT, RFP AMENDMENT 0007
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Formosa Mine Superfund Site, Operable Unit 1 (OU1) Remedial Action Project, under RFP Amendment 0007. This project involves remediation services aimed at addressing environmental concerns at the site, which is critical for restoring the affected area and ensuring public safety. The procurement is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or by phone at 208-437-3133 ext 7226 for further details regarding the solicitation.
    Water Quality Testing Services, Upper Connecticut River Basin, VT & NH
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for Water Quality Testing Services in the Upper Connecticut River Basin, covering areas in Vermont and New Hampshire. The contractor will be responsible for providing all necessary labor, materials, and equipment to conduct both potable and non-potable water sampling and analyses, ensuring compliance with State and Federal regulations to protect public health. This procurement is crucial for maintaining water quality at designated reservoirs and projects, with a focus on timely reporting of results for contaminants such as total coliform and e-coli. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by December 8, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC) project, which involves mechanical dredging and placement construction services for contaminated sediment in Riverview, Michigan. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to mechanically dredge and remove contaminated sediment, with anticipated placement in the Pointe Mouillee Confined Disposal Facility. This project is significant for environmental remediation efforts and is estimated to have a construction value between $10 million and $20 million, with a contract expected to be awarded in April/May 2026. Interested firms should submit their capabilities by December 10, 2025, to the designated contacts, Marna Rockwell and Lisa May, via the provided email addresses.