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
  1. 1
    Posted Dec 26, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 4, 2025, 12:00 AM UTC
  3. 3
    Due Feb 11, 2025, 10:00 PM UTC
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
Feb 4, 2025, 6:07 PM UTC
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
Title
Type
Sources Sought
Similar Opportunities
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on environmental restoration services. The contract will encompass a range of architect-engineer services for environmental projects primarily within Washington and Alaska, with a total contract value not exceeding $45 million over a maximum duration of 66 months. This procurement is critical for supporting the Defense Department's Environmental Restoration Program and ensuring compliance with federal environmental regulations. Interested firms must submit their qualifications via the SF-330 form by 12:00 p.m. Pacific Daylight Time on April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette at the provided email addresses.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract, aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, where Phase 1 assesses past performance and management approach, while Phase 2 focuses on technical and pricing proposals, emphasizing quality control and collaboration with USACE. Interested contractors must ensure active registration in the System for Award Management (SAM), submit proposals via the PIEE portal, and adhere to specified formats and content guidelines, with the deadline for Phase 1 submissions extended to April 7, 2025. For further inquiries, potential offerors can contact Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
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.
Program and Training Support for the Army Office of the Deputy Chief of Staff, G-9, Installation Services – Environment (ISE)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide program and training support for the Army Office of the Deputy Chief of Staff, G-9, Installation Services – Environment (ISE). The procurement aims to establish an Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) to deliver technical expertise in environmental programs, regulatory compliance, and training for Army personnel across various commands. This initiative is crucial for enhancing the Army's operational readiness and ensuring compliance with federal regulations. Interested contractors must submit their capabilities and relevant business classifications by April 15, 2025, and can direct inquiries to Katie Niles at katie.niles@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
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.
Building Remediation Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide building remediation services focused on HVAC ducting and air handlers. The primary objective of this procurement is to remove all foreign debris and contaminants from these systems to ensure a safe and healthy environment. Such remediation services are crucial for maintaining operational efficiency and compliance with environmental standards within military facilities. Interested small businesses are encouraged to reach out to Phillip Chik at phillip.l.chik2.civ@army.mil or 971-355-4219, or Shana Stroh at shana.stroh@us.af.mil or 541-885-6380 for further details regarding this total small business set-aside opportunity.
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.
Manistique River Maintenance Dredging
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking contractors for the Manistique River Maintenance Dredging project in Michigan. This project involves routine dredging to address shoaling in the Manistique River, with the removal of up to 133,000 cubic yards of material to be placed nearshore for beach nourishment. The contract will be a Firm-Fixed Price (FFP) construction contract, with an estimated value between $1,000,000 and $5,000,000, and is set aside exclusively for small businesses under the SBA guidelines. Interested contractors should prepare for the anticipated solicitation posting in April/May 2025, with bids due in May/June 2025, and must be registered in both the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) prior to submission. For further inquiries, contact Noah Bruck at Noah.R.Bruck@usace.army.mil or Kari Tauriainen at Kari.Tauriainen@usace.army.mil.
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.
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.