Whittier, ALASKA Environmental Remediation Services
ID: SPE603-24-R-5X01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- OIL SPILL RESPONSE (F112)

Set Aside

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

    Sources Sought DEPT OF DEFENSE is seeking small businesses that can provide environmental assessment and long-term management, operations of in-place remediation systems, and emergency response services for DLA at the former DFSP Whittier, AK. Services include long-term monitoring and operation and maintenance (O&M) of remediation systems, public meetings, and other related environmental remediation activities and requirements in accordance with the State of Alaska and local regulations and requirements. The government will award one firm fixed price contract under a future solicitation at the location of the former DFSP Whittier, AK. The proposed solicitation is being considered as a set-aside under the small business set-aside program. Responses to the sources sought notice are limited to 5 pages. Responses are due by 4:00 PM local Ft Belvoir time on November 2, 2023.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.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.
    EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation operations and maintenance at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contract focuses on long-term maintenance, including groundwater sampling, waste management, and compliance with environmental regulations, with a project duration of 24 months starting April 1, 2025. This procurement is critical for ensuring the integrity of environmental restoration efforts and adherence to health and safety standards. Interested small businesses must submit their proposals via the PIEE system by March 11, 2025, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.
    Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Remedial Action Operations at the Former Fort Devens site in Massachusetts. The objective of this procurement is to engage in remediation services to address environmental concerns at the site, which is critical for ensuring public safety and environmental compliance. This opportunity is categorized under the NAICS code 562910 for Remediation Services and is set aside for 8(a) certified businesses, highlighting its importance in supporting small business participation in federal contracting. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478 for further details regarding the solicitation process.
    Elmendorf AFB FY25 CMP Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection of fuel tanks at Joint Base Elmendorf-Richardson in Alaska, under the title "Elmendorf AFB FY25 CMP Tank Inspection." The procurement involves comprehensive inspection services, including internal evaluations, compliance with API standards, and the necessary reporting to ensure environmental safety and operational readiness of the fuel storage facilities. This contract is particularly significant as it aligns with federal regulations governing petroleum storage and environmental protection, emphasizing the importance of maintaining the integrity of military assets. Interested contractors, especially those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by February 19, 2025, and can direct inquiries to Tony Manna at tony.j.manna@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil.
    OPTIMIZED REMEDIATION CONTRACT (ORC) AT AIR FORCE PLANT 4 (AFP4) , FORT WORTH, TEXAS
    Buyer not available
    The Department of Defense is seeking proposals for an Optimized Remediation Contract (ORC) at Air Force Plant 4 (AFP4) in Fort Worth, Texas, specifically aimed at addressing environmental restoration and management issues. The contract will focus on performance-based remediation services under the Installation Restoration Program (IRP), requiring contractors to engage in project management, community involvement, and long-term monitoring of contaminated sites, including the cleanup of hazardous materials. This initiative is crucial for ensuring compliance with federal regulations and enhancing environmental quality at military facilities. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should direct inquiries to Tina Watsontarver at tina.watsontarver.1@us.af.mil or Christopher Keyes at christopher.keyes.2@us.af.mil, with a deadline for questions set for March 7, 2025, and responses to be published by March 14, 2025.
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
    Sources Sought Notice-Remedial Action at Roebling Steel Superfund Site
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide environmental remediation services at the Roebling Steel Superfund Site in New Jersey. The objective of this Sources Sought Notice is to identify firms capable of conducting remedial action activities, including the installation of a soil cap, building demolition, and the management of contaminated materials, as part of a phased remediation approach mandated by the EPA. This opportunity is crucial for addressing significant environmental contamination resulting from historical steel manufacturing operations at the site, which spans approximately 200 acres. Interested firms are encouraged to submit their qualifications and relevant project experience by emailing Heather Scott at heather.a.scott@usace.army.mil, with the anticipated contract value ranging between $25 million and $100 million and a projected performance period of five years, with solicitation expected in Fiscal Year 2025.
    Environmental Remediation for Southern California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Los Angeles District, is seeking small businesses to provide environmental remediation services in response to recovery efforts for the recent LA Fires in Southern California. Interested firms, including those that are Tribal-Owned, NHO-Owned, ANC, SDVOSB, HUBZone, WOSB, SDB, and participants in the SBA 8(a) Program, are encouraged to submit their capabilities and relevant information to assist with environmental assessment and remediation tasks. This opportunity is critical for supporting disaster recovery efforts, and firms must be registered in the System for Award Management (SAM) to be eligible for contract awards. Responses should be directed to Roger Minami at kinya.r.minami@usace.army.mil, and all submissions must be in PDF format. Please note that this notice is not a solicitation and does not guarantee any contract award.
    WASTEWATER STORAGE TANKS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking proposals for the acquisition of two wastewater storage tanks, specifically designated for the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires the submission of engineering drawings, certifications, and compliance with cybersecurity measures. The tanks are critical for waste management and environmental compliance within military operations, ensuring operational readiness and adherence to federal regulations. Proposals are due by March 4, 2025, and interested parties should contact Jack Edwards at jack.edwards@dla.mil or call 360-813-9577 for further details.