IRON KING MINE-HUMBOLDT SMELTER (IKM-HS) Environmental Remediation IDIQ
ID: W912PL25S0008Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST LOS ANGELESLOS ANGELES, CA, 90017-3409, 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 (USACE) Los Angeles District, is seeking qualified firms for the Iron King Mine-Humboldt Smelter (IKM-HS) Environmental Remediation Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $100 million. The procurement aims to identify both small and other than small business sources capable of providing environmental remediation services, including the excavation and removal of contaminated soil at the IKM-HS Superfund Site in Dewey-Humboldt, Arizona. This initiative is part of a broader federal effort to address environmental contamination and ensure effective remediation processes, with task orders expected to range from $1 million to $20 million. Interested firms must submit their qualifications by February 11, 2025, and are encouraged to participate in an Industry Day scheduled for January 28, 2025, for further engagement and clarification on project scope. For inquiries, contact Roger Minami at kinyar.minami@usace.army.mil or Rubyann Prout at rubyann.prout@usace.army.mil.

    Point(s) of Contact
    Roger Minami, Procurement Analyst, Office of Small Business Programs
    (805) 878-8177
    kinya.r.minami@usace.army.mil
    Files
    Title
    Posted
    The document presents a SOURCES SOUGHT announcement (W912PL-25-S-0008) regarding the Iron King Mine – Humboldt Smelter Superfund Site, managed by the USACE Los Angeles District in collaboration with the EPA. The announcement outlines an opportunity for Remedial Environmental Services totaling $99 million, with plans for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The anticipated work focuses on the remediation of contaminated materials from residential properties. The proposal process involves two phases: qualifications followed by technical and pricing evaluations. Small businesses are emphasized, with rules ensuring that at least two offer submissions are required for consideration. Key elements for a successful proposal include compliance with submission requirements, a detailed technical approach, and an effective management strategy. The document specifies a 5-year contract period, with task orders expected to range from $5 million to $10 million. The Industry Day for interested parties is scheduled for January 28, 2025, with submissions due by February 11, 2025. This effort is part of a broader federal initiative to address environmental concerns and ensure efficient remediation processes.
    Lifecycle
    Similar Opportunities
    LAERF Pond Cleanup & Valve Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the LAERF Pond Cleanup and Valve Repair project, as announced in a presolicitation notice. This procurement aims to address environmental remediation needs, focusing on the cleanup of the LAERF pond and the repair of associated valves, which are critical for maintaining environmental safety and compliance. The project falls under the NAICS code 562910 for Remediation Services and is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties can reach out to Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL or by phone at 601-751-0822 for further details and to express their interest in this opportunity.
    Environmental Remediation for Southern California
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Los Angeles office, is seeking sources for environmental remediation services in Southern California. The objective of this procurement is to identify qualified contractors capable of providing remediation services as outlined under NAICS code 562910 and PSC code F108, which focus on environmental systems protection and remediation efforts. These services are critical for addressing environmental concerns and ensuring compliance with federal regulations in the region. Interested parties should reach out to Christine Davis at christine.davis@usace.army.mil for further information regarding this sources sought notice.
    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 in Devens, Massachusetts. This procurement aims to address environmental remediation services, which are critical for restoring and managing contaminated sites to ensure public safety and environmental compliance. The project will be conducted at Hanscom Air Force Base, and it is set aside for 8(a) certified businesses, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested parties can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or by phone at 978-318-8478 for further details.
    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.
    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).
    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.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    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 addressing environmental remediation needs in Joplin, Missouri. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 562910, which pertains to Remediation Services, highlighting the importance of specialized expertise in environmental protection efforts. 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 process. The contract will encompass various locations within the specified area, emphasizing the critical nature of the services required for environmental remediation.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.