Nationwide Heavy Metals Remediation Services in support of Army Reserve Installation Management Directorate
ID: W912QR25R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers has issued a statement of work (SOW) detailing lead sampling and mitigation services for Army Reserve facilities nationwide. This initiative aims to protect human health by addressing lead contamination, adhering to various federal, state, and local regulations including 40 CFR 745.65. The contracted work encompasses project management, quality assurance, detailed sampling and mitigation plans, and comprehensive reporting procedures. Contractors are expected to develop a Project Management Plan that outlines technical approaches, quality control, integrated scheduling, and risk management. Lead sampling will involve collecting samples from various facility surfaces and will require laboratory services to ensure compliance with safety and performance criteria. Mitigation efforts must follow stringent cleaning protocols, including the removal of lead dust utilizing HEPA-filtered vacuums, and re-evaluating sites through clearance sampling to maintain safety standards. All procedures must be instrumental in ensuring environmental health while navigating the complexities associated with government contracts. The project not only aims to remediate lead hazards but also emphasizes the importance of documentation and compliance to facilitate transparent government operations.
    The document outlines a Price Breakout Schedule for a sample project involving project management, work planning, sampling, and abatement related to lead dust in Closed Indoor Firing Ranges (IFR) repurposed for administrative use. It includes a detailed breakdown of line items, their locations, unit costs, and quantities needed for completion, emphasizing the requirement to adhere to a lead dust action limit of 10 micrograms per square foot. The period of performance for project completion is set at twelve months. Further, it specifies that pricing must encapsulate all direct and indirect costs, utilizing binding rates from provided hourly rates for various disciplines listed on the schedule. Proposals need to demonstrate alignment with Standard Wage Determinations and confirm that all key personnel are priced at the rates established. Overall, the document serves to guide Offerors in demonstrating the ability to estimate costs accurately for compliance with federal contracting regulations within the context of government RFPs.
    This document outlines the amendment of a solicitation for a Multiple Award Task Order Contract (MATOC) for Heavy Metal sampling, mitigation, and remediation services across various U.S. Army Reserve facilities. The proposal submission deadline has been extended, and it specifies an unrestricted competitive procurement. The scope includes services for indoor environments potentially contaminated with heavy metals and other hazardous materials. Key changes in the amendment highlight deletions in specific tasks and the adjustment of evaluation criteria regarding similar project experience and complexity. Offerors are required to demonstrate relevant past performance with at least three projects and provide a detailed technical approach alongside a Small Business Participation Plan. Factors such as past performance, technical capability, and price will be evaluated, ensuring that selected contractors represent the best value. The contract is set for five years and targets five awardees, with a total capacity not exceeding $245 million. The document emphasizes environmental compliance and safety standards, requiring contractors to follow federal regulations while maintaining open communication throughout project execution. This solicitation reflects the government's commitment to ensuring public health and safety through meticulous remediation efforts in contaminated facilities.
    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.
    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.
    Environmental Compliance and Hazardous Material-Waste Management Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Europe District, is seeking industry interest for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple-Award Task-Order Contract (MATOC) for Environmental Compliance and Hazardous Material-Waste Management Support Services across Germany, Belgium, and the Netherlands. The procurement aims to ensure compliance with U.S. and host nation environmental regulations, providing comprehensive support in areas such as environmental compliance, hazardous materials management, and waste management, which are critical for maintaining operational readiness and safeguarding environmental resources. The contract will have a maximum capacity of $40 million and a five-year ordering period, with a Request for Proposal (RFP) anticipated to be issued around March 2025. Interested vendors must submit their capabilities statements by 11:00 AM Central European Time on February 24, 2025, to Eman Wali and Ryan Fernandez via email.
    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.
    F--Big River Mine Tailings, (OU2) Sediment Removal
    Buyer not available
    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.
    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.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, through the Headquarters, Mission Installation Contracting Command, is seeking qualified contractors for a Firm Fixed-Price Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and minor construction services across seven military sites in the National Capital Region, including several U.S. Army Garrison locations and Arlington National Cemetery. The contract will support various Sustainment, Restoration, and Modernization (SRM) projects, encompassing a wide range of engineering disciplines such as architectural, civil, electrical, and mechanical work, ensuring the upkeep and enhancement of military infrastructure. Interested firms are encouraged to submit capability statements by February 28, 2025, to demonstrate their qualifications and experience, as the government aims to assess potential competition and small business involvement prior to the contract award, which is anticipated by January 16, 2026. For further inquiries, interested parties may contact Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil.
    MATOC Contractors Only - Repair for Covington Emergency Levee Amendment 0001
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the repair of the Covington Emergency Levee in Kentucky under a Multiple Award Task Order Contract (MATOC). The project aims to address critical design and construction needs for slope stabilization and outlet repair, ensuring the levee's structural integrity to protect approximately 6,600 residents from flooding risks. This initiative is vital for maintaining infrastructure resilience in flood-prone areas, with proposals due by March 10, 2025, following an extension from the original deadline. Interested contractors should direct inquiries to Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil, and must comply with all specified requirements, including submission protocols and bonding conditions.
    USACE, Kansas City SB PRAC MATOC
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking qualified small businesses for the Kansas City SB PRAC MATOC, a presolicitation opportunity focused on remediation services. The objective of this procurement is to establish a Multiple Award Task Order Contract (MATOC) for environmental remediation projects, which are critical for protecting and restoring environmental systems. This contract will be set aside exclusively for small businesses, in accordance with FAR 19.5, and will be performed in Kansas City, Missouri. Interested parties can reach out to William J. Hill at william.j.hill@usace.army.mil or by phone at 816-389-3243, or Michael Dolly at Michael.S.Dolly@usace.army.mil or 816-389-3177 for further information.
    Scott AFB ORC SATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit proposals for the Scott AFB ORC SATOC, focusing on environmental remediation services. This procurement aims to address various environmental systems protection needs, ensuring compliance with federal regulations and promoting sustainable practices. The services sought are critical for maintaining environmental integrity at military installations, thereby supporting the Army's mission and operational readiness. Interested contractors can reach out to Kari Rogers at kari.a.rogers@usace.army.mil for further details as the presolicitation notice progresses.