USACE, Kansas City SB PRAC MATOC
ID: W912DQ25RA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

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.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for a Bulkhead Replacement project to support the Raymark Superfund Site Remediation in Stratford, Connecticut. The project involves the installation of approximately 515 linear feet of a new 20-foot-deep steel sheet pile bulkhead, along with associated work such as regrading, installation of rip rap, and drainage enhancements, with an estimated construction value between $1,000,000 and $5,000,000. This project is critical for environmental remediation efforts at the site, which is located on a privately owned parcel and is expected to commence construction in Summer 2025, following a planned solicitation release in Spring 2025. Interested contractors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for environmental services and remedial action operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. The contract, valued at $25 million, aims to address contamination issues under the Base Realignment and Closure (BRAC) Program, focusing on long-term monitoring, operations and maintenance, and remedial actions for various environmental contaminants, including per- and polyfluoroalkyl substances (PFAS). This procurement is critical for ensuring compliance with federal environmental regulations and safeguarding public health in the affected communities. Interested contractors can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the contract expected to span five years from the award date.
Scott AFB ORC SATOC
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Single Award Task Order Contract (SATOC) focused on environmental remediation services at Scott Air Force Base in Illinois. The contract aims to address the remediation of contaminated soil and groundwater, particularly targeting pollutants such as PFAS, chlorinated solvents, and petroleum products, while ensuring compliance with federal and state environmental regulations. This initiative is critical for maintaining public health and safety, as well as fulfilling the Department's commitment to environmental restoration and compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Interested contractors should contact Kari Rogers at kari.a.rogers@usace.army.mil or call 502-315-7028 for further details, with proposals due following the specified deadlines outlined in the solicitation documents.
USACE Forest Services MATOC
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The procurement aims to assist USACE with various forestry tasks, including planting, herbicide application, and invasive species management, to enhance ecological conditions and promote sustainable land use practices. This initiative is critical for effective natural resource management and aligns with broader governmental goals of environmental preservation. Interested parties must submit their proposals by May 26, 2025, with a maximum contract value of $9.5 million over a five-year performance period. For further inquiries, contact Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
Amendment 0003 to Architect-Engineer (A-E) Services for Hazardous, Toxic, Radioactive Waste (HTRW) Support, Seattle District (NWS)
Buyer not available
The Department of Defense, specifically the Department of the Army through the Seattle District (NWS), is seeking qualified architect-engineer firms to provide Hazardous, Toxic, and Radioactive Waste (HTRW) support services. This procurement aims to address the need for comprehensive engineering services related to HTRW management, ensuring compliance with environmental regulations and safety standards. The selected firm will play a crucial role in the assessment, design, and implementation of solutions for hazardous waste issues, which are vital for maintaining public health and environmental integrity. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or 425-923-8716, or Curt Stepp at curt.stepp@usace.army.mil or 206-764-6805 for further information regarding this opportunity.
F--R7 Cherokee County Superfund Site OU#4 Treece Subsite Cherokee County, Kansas.
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors for remediation services at the R7 Cherokee County Superfund Site OU4 Treece Subsite in Cherokee County, Kansas. This presolicitation opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the importance of supporting veteran-owned enterprises in environmental remediation efforts. The selected contractor will play a crucial role in addressing environmental concerns at this site, which is significant for public health and ecological restoration. Interested parties can reach out to Frank Novello at Novello.Frank@epa.gov or by phone at (913) 551-7642 for further details regarding the procurement process.
CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, EXCAVATION AND STABILIZATION
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, which focuses on excavation and stabilization efforts in Puerto Rico. This project encompasses various site development activities, including dredging, debris removal, installation of sheet piles, and bridge protection measures, aimed at enhancing the ecological integrity of the San José Lagoon and surrounding areas. The work is critical for restoring and maintaining the waterways, ensuring environmental sustainability, and protecting infrastructure from erosion. Interested contractors should note that a pre-proposal conference and site visit has been rescheduled to May 15, 2025, and for further inquiries, they can contact Katrina Chapman at katrina.l.chapman@usace.army.mil or Samuela Adams at samuela.y.adams@usace.army.mil.
LAERF Pond Cleanup & Valve Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors to perform pond cleanup and valve repair services at the Lewisville Aquatic Ecosystem Research Facility (LAERF) in Texas. The project involves clearing ten existing ponds of debris, repairing three-way valves, and addressing additional maintenance tasks for five more ponds and drainage ditches, all crucial for supporting research on invasive aquatic species. This procurement emphasizes environmental management and operational efficiency, with a focus on compliance with federal regulations. Interested contractors must submit their quotes by May 5, 2025, and can direct inquiries to Sonia Boyd at sonia.j.boyd@usace.army.mil or by phone at 601-751-0822.
F--U.S. Environmental Protection Agency (EPA) Region 1 Emergency and Rapid Respo
Buyer not available
The U.S. Environmental Protection Agency (EPA) Region 1 is seeking sources for Emergency and Rapid Response Services (ERRS) VI in the New England area. This procurement aims to identify qualified contractors who can provide essential remediation services to address environmental emergencies effectively. The services are critical for ensuring rapid response to environmental hazards, thereby protecting public health and the environment in the region. Interested parties can reach out to Maureen Bagocius at Bagocius.Maureen@epa.gov or by phone at 617-918-1968 for further details regarding this opportunity.