FUSRAP Remedial Action Services at the St. Louis Sites
ID: W912P923R0057Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST LOUISSAINT LOUIS, MO, 63103-2833, USA

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking remedial action services as part of the Former U.S. Radiation Areas Program (FUSRAP) at various sites in St. Louis. This is a Small Business Set-Aside solicitation with the primary goal of addressing environmental contamination from past nuclear weapons production and testing programs.

    The scope of work involves providing comprehensive remediation services, including assessing and mitigating health and safety risks, investigating and characterizing contamination, developing and implementing remediation strategies, and performing long-term monitoring. The successful awardee will play a crucial role in helping to restore these areas to a safer and more environmentally sustainable state.

    To be eligible for this contract, applicants should possess extensive experience and expertise in environmental remediation, particularly in the context of radiological contamination. Demonstrated capabilities in project management, data collection and analysis, and the successful execution of remediation projects are essential. Additionally, the possession of, or ability to obtain, necessary licenses and certifications related to hazardous material handling and radiation safety is crucial.

    Funding for this federal contract is estimated at $60,000,000, with a potential contract period of up to five years. The contract type will be a firm-fixed-price agreement, and applications should be submitted before the deadline on January 19, 2024, to be considered.

    The selection of the winning application will be based on several key criteria. Technical merit, including the applicant's understanding of the scope of work and their proposed approach, will be given significant weight. Additionally, past performance evaluations, references, and financial capabilities will be evaluated.

    For clarification or further information, interested parties can contact Angie Grimes at angie.l.grimes@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.

    This opportunity seeks to engage small businesses to provide innovative solutions for environmental remediation, contributing to the FUSRAP's mission while ensuring a safer future for communities impacted by historical nuclear activities.

    Similar Opportunities
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Environmental Remediation Services (ERS), set aside for small businesses. This procurement aims to secure comprehensive environmental services, including assessments, inspections, and remedial investigations, in compliance with federal environmental laws such as RCRA and CERCLA. The contract will support the restoration and safeguarding of environmental sites, reflecting the government's commitment to quality and fiscal responsibility in environmental management. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested parties can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    F--Big River Mine Tailings, (OU2) Sediment Removal
    Active
    Environmental Protection Agency
    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.
    F--DISPOSAL OF RADIOACTIVE PRODUCTS
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide services for the disposal of radioactive waste, specifically involving the neutralization, packaging, transportation, and disposal of approximately 10 gallons of an acidic solution containing low-level radioactive mixed fission products. This procurement is critical for ensuring safe and compliant disposal practices in alignment with federal regulations, reflecting the government's commitment to environmental safety and public health. The performance period for this contract is set from August 15, 2024, to September 30, 2024, with all proposals due electronically, and inquiries directed to Jennifer Rollin at jrollin@usgs.gov or by phone at 303-236-9321. Interested parties must acknowledge receipt of the solicitation amendment to ensure compliance with updated requirements.
    F--ESTER DOME MINE CLEANUP
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the Ester Dome Mine Cleanup project in Alaska, focusing on the remediation of waste and contaminated soil at three designated sites near Fairbanks. The primary objective is to remove solid and hazardous waste, including scrap metal, abandoned vehicles, and contaminated soil, while adhering to strict environmental and safety protocols. This project is crucial for restoring federal lands and ensuring compliance with environmental regulations, with a contract performance period from October 1, 2024, to September 30, 2025. Interested contractors must submit their proposals by September 9, 2024, and can direct inquiries to Laura Sherman at lsherman@blm.gov or by phone at 907-271-4440.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at designated river miles. The project involves dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is not available. This initiative is crucial for maintaining navigable waterways and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with an estimated value between $5 million and $10 million, and interested contractors should contact Nathaniel Leyba or Laura Hedrick for further details.
    F--Former United Zinc Remedial Action
    Active
    Environmental Protection Agency
    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).
    Abatement Project at Crab Orchard NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide abatement services for hazardous materials at the Crab Orchard National Wildlife Refuge in Marion, Illinois. The project involves the removal of hazardous materials, including galvasbestos siding and Type 2 asbestos, from three abandoned buildings, ensuring compliance with federal, state, and local regulations. This initiative is critical for maintaining environmental safety and regulatory compliance while promoting small business participation in federal contracts. Interested vendors must submit their proposals by September 11, 2024, with the contract expected to commence on September 15, 2024, and run through January 15, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287.
    Sources Sought - USACE - POHMMRP
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting market research for the Military Munitions Response Program (MMRP) and is seeking responses from small businesses for a potential Multiple Award Task Order Contract (MATOC) for the Honolulu District. The procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide Environmental Compliance and Remediation Services (ECRS) and other munitions-related services necessary for safe land and water use. This initiative is crucial for ensuring environmental safety and compliance in areas affected by conventional munitions. Interested parties can contact Keiara Roberson at keiara.d.roberson@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil for further information. The total program capacity for all awarded contracts is estimated at $46 million, with a contract duration of five years, including a 24-month base period and two option periods.
    Admiral Byrd Hut Restoration/Remediation
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide restoration and remediation support services for the Admiral Byrd Hut exhibit at the National Museum of the United States Navy. The procurement involves documentation, disassembly, remediation, and storage of artifacts associated with Admiral Byrd's Antarctic expeditions, addressing hazardous materials such as lead and arsenic, and ensuring compliance with safety and archival standards. This initiative is crucial for preserving historical artifacts while mitigating environmental risks, with the contract performance period set from September 1, 2024, to January 13, 2025. Interested parties must submit their quotes by August 8, 2024, and can contact Trumeka King at trumeka.c.king.civ@us.navy.mil or 757-443-1967 for further information.