FUSRAP Remedial Action Services at the St. Louis Sites
ID: W912P923R0057Type: Presolicitation
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
    $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.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    F--Mold Remediation at Fort Union, New Mexico
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for mold remediation services at a housing unit located at Fort Union National Monument in New Mexico. The primary objective is to remove toxic mold from the utility room and furnace area, which has affected two bedrooms, due to a leaking furnace gasket. This project is critical for ensuring the safety and habitability of the housing unit, with a performance period scheduled from September 20, 2024, to September 30, 2024, and a proposal submission deadline set for September 18, 2024, at 1:00 p.m. MDT. Interested contractors should contact Stacy Vallie at StacyVallie@nps.gov or call 307-344-2076 for further details.
    CCRD RADON MITIGATION
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a radon mitigation project at two buildings within the Clear Creek Ranger District in Idaho Springs, Colorado. The objective is to install effective radon mitigation systems in response to elevated radon levels detected in January 2024, ensuring that post-installation levels meet acceptable safety standards. This project is crucial for maintaining environmental health and safety in public facilities, particularly given the significant radon levels recorded during testing, which indicated potential health risks. Proposals are due by September 18, 2024, with a total project budget under $25,000. Interested contractors should submit their proposals electronically to Westley Bisson at westley.bisson@usda.gov, and for any inquiries, they may contact Kamber Box at Kamber.Box@usda.gov.
    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.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    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).
    DFSP Ozol, CA O&M Remediation Systems
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking small businesses to provide environmental remediation services at the Defense Fuel Support Point (DFSP) in Martinez, California, under solicitation SPE603-24-R-0504. The contract encompasses a range of services including long-term management of remediation systems, environmental assessments, compliance support, and emergency response, all aimed at addressing petroleum product releases while adhering to federal, state, and local regulations. This procurement is critical for ensuring environmental stewardship and operational efficiency within defense infrastructure, with a contract duration extending potentially until September 2029. Interested parties must submit their proposals by the extended deadline of September 23, 2024, and can direct inquiries to Mark A. Laskoski at mark.laskoski@dla.mil or Queenie Luu at queenie.luu@dla.mil.