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
    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
    Similar Opportunities
    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.
    Remedial Action at Roebling Steel Superfund Site
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, focusing on Operable Units 4 and 5. The objective of this procurement is to engage qualified contractors to perform environmental remediation services, which are critical for addressing contamination and restoring the site to a safe condition. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of involving smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details, as the solicitation process is currently open.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's 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, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    FY26 Environmental Remediation MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Europe District, is seeking qualified firms to participate in a Sources Sought notice for the FY26 Environmental Remediation Multiple Award Task Order Contract (MATOC) in Germany and BENELUX. The objective of this procurement is to gather market research and identify firms capable of providing comprehensive environmental surveillance and remediation services, including surveys, assessments, cleanup, and other mitigation services at Department of Defense facilities. This contract, valued at approximately $45 million over a five-year base period, is crucial for maintaining environmental safety and compliance in overseas military installations. Interested firms should submit their letters of interest and relevant qualifications to Sterling Alphonse at sterling.j.alphonse@usace.army.mil or Robert Corkrum at robert.e.corkrum@usace.army.mil, ensuring responses do not exceed five pages and include specific information about their capabilities and past performance.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    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.
    F--Technical Assistance Contract(s) (TACs) for EM Field Sites.
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide Technical Assistance Contracts (TACs) for Environmental Management (EM) Field Sites. The objective of this procurement is to obtain specialized technical support and services that will aid in the management and remediation of environmental issues at various EM sites. These services are crucial for ensuring compliance with environmental regulations and for the effective cleanup of contaminated sites, thereby promoting public health and safety. Interested parties can reach out to William A. Brown at William.Brown@emcbc.doe.gov or call 513-246-0023 for further information regarding this opportunity, which is set aside for 8(a) competitors under NAICS code 562910.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    F--Emergency Remedial Response Services (ERRS 6)
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.