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
    Nelson Tunnel Repair, ISS-EPA, Mineral County, CO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for a construction contract related to the Nelson Tunnel Repair at the Commodore Waste Rock Superfund Site in Mineral County, Colorado. The primary objective is to conduct remedial actions to mitigate the risk of uncontrolled releases of mine-impacted water from the Nelson Tunnel, which involves constructing a bypass adit, rehabilitating the existing tunnel, and installing flow control structures. This project is critical for environmental protection and water quality management in the region, with an estimated construction cost ranging from $10 million to $25 million. Interested firms must submit their qualifications by December 22, 2025, to Sam McGuffey and Jeffrey Wyant via email, ensuring they are registered in the System for Award Management (SAM).
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Lone Star Army Ammunition Plant (LSAAP) High Explosives Burning Ground (HEBG) Remediation
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Tulsa District, is seeking qualified contractors for a Performance Based Remediation (PBR) contract to provide Environmental Remediation Services (ERS) at the High Explosives Burning Ground (HEBG) located at the Lone Star Army Ammunition Plant in Bowie County, TX. The project involves the remediation of approximately 16 acres of land contaminated with burnt ash, metallic debris, and munitions and explosives of concern, requiring soil excavation, removal of hazardous materials, and restoration of the site. This initiative is crucial for ensuring environmental safety and compliance, with an anticipated contract value exceeding $50 million and a performance period of four years. Interested parties, particularly small businesses and those qualifying under Section 8(a), HUBZone, SDVOSB, and WOSB, are encouraged to contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389 for further details.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is preparing to solicit bids for the Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project aims to address environmental remediation needs at the SLDA, which is critical for ensuring the safety and protection of the surrounding ecosystem. The procurement falls under the NAICS code 562910 for Remediation Services and the PSC code F108 for Environmental Systems Protection, highlighting its focus on environmental remediation efforts. Interested contractors can reach out to Jenna Grainer at jenna.n.grainer@usace.army.mil or call 716-954-1841 for further details as they prepare for the upcoming solicitation.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Franklin Slag Pile Superfund Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the Franklin Slag Pile Superfund Remediation Project located in Philadelphia, PA. This procurement involves a firm fixed-price construction contract aimed at remediating the Franklin Slag site, which has been impacted by historical smelting operations and requires environmental restoration to mitigate its effects on surrounding residential and commercial areas. The project is critical for eliminating potential environmental hazards and facilitating the site's redevelopment to enhance local economic conditions. Interested small businesses must submit their bids by January 15, 2026, and can direct inquiries to Eric Leach at eric.a.leach@usace.army.mil or Brandon Mormello at brandon.r.mormello@usace.army.mil.