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
F--R7 DES: Oronogo-Duenweg Mining Belt (ODMB) Superfund Site, Operable Unit 4, Gro
Buyer not available
The Environmental Protection Agency (EPA) is seeking contractors for remediation services at the Oronogo-Duenweg Mining Belt (ODMB) Superfund Site, specifically for Operable Unit 4. The procurement aims to address environmental remediation needs at the site, which currently has no active Potentially Responsible Parties (PRPs). This opportunity is critical for ensuring the protection of environmental systems and public health in the affected area. Interested parties can reach out to Arlo Hurst at hurst.arlo@epa.gov or call 913-551-7637 for further details regarding the procurement process.
Notice of Intent - IDIQs W912DQ20D3004-W912DQ20D3012
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Northwestern Division, Kansas City District, intends to increase the maximum dollar value of the existing Pre-Placed Remedial Action Contract (PRAC) by $48 million, raising the total from $185 million to $233 million. This contract supports hazardous, toxic, and radioactive waste remediation projects, including excavation, transportation, and disposal of waste, as well as the construction and operation of groundwater treatment systems. The increase in funding will facilitate the ongoing remedial action at the Eighteen Mile Creek Superfund Site in New York. Interested parties should direct their responses via email to Lauren Minzenberger and Michael Dolly by 4:00 PM CDT on April 9, 2025.
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. The contract, valued at up to $45 million, will primarily support environmental projects across various locations in Washington and Alaska, with a base period of 24 months and an option for an additional 36 months, plus a potential six-month extension. This procurement emphasizes the importance of environmental management and rehabilitation at military installations, with submissions evaluated based on specialized experience, professional qualifications, and past performance. Interested firms must submit their qualifications electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette via their provided email addresses.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) 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, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
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.
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.