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
    IRON KING MINE-HUMBOLDT SMELTER (IKM-HS) Remedial Design (RD)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is seeking qualified engineering firms for the Remedial Design (RD) of the Iron King Mine-Humboldt Smelter (IKM-HS) Superfund Site located in Dewey-Humboldt, Arizona. The objective is to identify both small and other than small business sources to assist in the design and implementation of Alternative 3B, which involves the consolidation and containment of mine and smelter wastes at designated repositories, as outlined in the Record of Decision by the Environmental Protection Agency (EPA). This project is critical for environmental remediation and compliance with federal regulations, with an estimated contract value of up to $49 million over a five-year period, anticipated to be awarded in the second quarter of Fiscal Year 2026. Interested firms must submit their qualifications by February 11, 2025, and are encouraged to participate in an Industry Day on January 28, 2025, for further engagement and clarification on the project requirements. For inquiries, contact Roger Minami at kinyar.minami@usace.army.mil or Rubyann Prout at rubyann.prout@usace.army.mil.
    IRON KING MINE-HUMBOLDT SMELTER (IKM-HS) Remedial Action Construction (RAC), Indefinite Delivery Indefinite Quantity (IDIQ)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is seeking qualified contractors for the Iron King Mine-Humboldt Smelter (IKM-HS) Remedial Action Construction (RAC) project, which is an Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at up to $249 million. The primary objective of this procurement is to conduct environmental remediation at the IKM-HS Superfund Site in Dewey-Humboldt, Arizona, focusing on the removal of contaminated soils and waste, dam removal, and restoration activities, in compliance with the EPA's Record of Decision. Interested firms must demonstrate relevant experience and bonding capabilities, with submissions due by February 11, 2025, and an Industry Day scheduled for January 28, 2025, to facilitate networking and clarify project scope. For further inquiries, interested parties can contact Roger Minami at kinya.r.minami@usace.army.mil or Rubyann Prout at rubyann.prout@usace.army.mil.
    INDUSTRY DAY: IRON KING MINE-HUMBOLDT SMELTER (IKM-HS)Environmental Remediation, Construction and Engineering Services in Dewey-Humboldt, AZ EPA Superfund Site
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for environmental remediation, construction, and engineering services at the Iron King Mine-Humboldt Smelter Superfund Site in Dewey-Humboldt, Arizona. The procurement includes an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Remedial Action Construction valued up to $249 million and another for environmental remediation services valued up to $99 million, addressing significant contamination from historic mining operations, particularly arsenic and lead. This initiative is critical for restoring public health and safety in affected areas, with task orders ranging from $1 million to $50 million for construction and $1 million to $10 million for remediation services. Interested firms must submit their qualifications by February 11, 2025, and an Industry Day is scheduled for January 28, 2025, with further inquiries directed to Roger Minami at kinya.r.minami@usace.army.mil or Rubyann Prout at rubyann.prout@usace.army.mil.
    Nationwide Heavy Metals Remediation Services in support of Army Reserve Installation Management Directorate
    Buyer not available
    The Department of Defense, through the Army Reserve Installation Management Directorate, is seeking to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Heavy Metals Remediation Services across 670 designated locations in the Continental United States and its territories. The procurement aims to provide comprehensive heavy metal sampling, mitigation, and remediation services, addressing contamination at various facilities, including former Indoor Firing Ranges and other contaminated sites. This initiative is crucial for ensuring environmental compliance and public safety at facilities that may pose health risks due to heavy metal contamination. Interested contractors can reach out to Adrienne Manuel at adrienne.c.manuel@usace.army.mil for further details, as this is an unrestricted procurement with full and open competition.
    B--USFWS - KOFA National Wildlife Refuge, Yuma, AZ
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide professional consulting and engineering services for a Non-time Critical Removal Action at five abandoned mine sites within the Kofa National Wildlife Refuge in Yuma, Arizona. The objective is to develop a comprehensive removal action design to address environmental hazards, specifically targeting hazardous substance releases, including elevated levels of metals such as mercury and lead. This initiative is crucial for restoring and protecting the environment and wildlife habitats affected by historical mining activities. Interested small businesses must submit their responses, including a Unique Entity Identifier and relevant project experience, by February 12, 2025, with the solicitation expected to be released on March 1, 2025. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    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.
    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 seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract focused on environmental services and remedial action operations at the former Fort Devens and the former Sudbury Training Annex in Massachusetts. The contract, set aside for the SBA 8(a) Business Development Program, will encompass long-term monitoring, operations and maintenance activities, remedial action operations, and community relations support, particularly addressing contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkylated substances (PFAS). This initiative is critical for the ongoing environmental remediation efforts at these sites, which have been under federal oversight since being placed on the National Priorities List in 1989. The total contract capacity is $25 million, with a five-year ordering period anticipated to begin with a solicitation release in early 2025. Interested parties can contact Brian Mannion at brian.t.mannion@usace.army.mil or by phone at 978-318-8478 for further information.
    Welsbach Remedial Action SATOC
    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 for the Welsbach Superfund Site located in Gloucester City and Camden, New Jersey. The procurement aims to identify firms capable of conducting remedial action activities, including excavation, transportation, and disposal of radiologically contaminated soil, as well as environmental monitoring and project management. This initiative is critical for addressing contamination at a multi-property site that includes former gas mantle manufacturing facilities and surrounding properties, with a total contract value anticipated at $95 million over a five-year period. Interested firms must respond to the Sources Sought notice by submitting their qualifications and relevant project experience to Lauren Minzenberger at lauren.o.minzenberger@usace.army.mil, with the solicitation expected to be published in Fiscal Year 2025.
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (N62470-24-R-0072), aimed at providing remediation services for contaminated sites across various states and territories. This procurement is a 100% Small Business Set-Aside, with a total maximum contract value of $95 million, covering one base year and four optional years, and will be awarded as a Cost Plus Award Fee (CPAF) contract. The contractor will be responsible for executing remedial actions in compliance with federal regulations such as CERCLA and RCRA, addressing a range of contaminants at sites including those on the Superfund National Priority List. Interested parties should contact Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or 757-322-4844 for further details, and must ensure registration in the Procurement Integrated Enterprise Environment (PIEE) as outlined in the solicitation documents.
    Notice of Intent 2021 Unrestricted A/E Environmental Support Services IDIQ MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is announcing its intent to award modifications against existing task orders under the 2021 Unrestricted Architect/Engineer (A/E) Environmental Support Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). The procurement aims to secure environmental support services, including design, studies, surveys, sampling, testing, and permit procurement, to assist in various environmental matters related to hazardous, toxic, and radiological sites, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and compliance across multiple programs, including the Formerly Used Defense Sites and the Department of Defense Restoration Program. Interested firms must submit their responses, including company details and capability evidence, to the primary contact, Alexa Dukes, at alexa.l.dukes@usace.army.mil by February 14 at 1:00 PM Eastern Time.