CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
ID: 140L0624R0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.

    Point(s) of Contact
    Jeremie, Greetchen
    (303) 236-2626
    (303) 236-9421
    gjeremie@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is seeking market research input through a Sources Sought Notice regarding the construction hazardous material management and abandoned mine land response. This inquiry aims to gather qualifications from both large and small businesses as part of the acquisition strategy for a future competitive solicitation, with proposals expected in Summer 2024. The project will primarily focus on assistance in states such as Alaska, Arizona, and California, complying with key environmental regulations including CERCLA and OSHA. Services will include site examination for hazardous releases, remedial actions, and pollution prevention efforts. This initiative is notably set aside for 8(a) small business firms, with the proposed period of performance spanning five years. Responses to the notice are voluntary and can be submitted via a specified Microsoft form link by May 17, 2024. The BLM emphasizes that no reimbursement will occur for the costs incurred in response to this notice, maintaining an equitable opportunity for businesses to demonstrate capability in addressing urgent environmental challenges.
    The Bureau of Land Management (BLM) is seeking multiple contractors for environmental construction services that address hazardous materials on federal lands, influenced by past mining, energy, and illegal activities. This contract aims to facilitate investigation, cleanup, and restoration under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and other relevant legislations. Services may be required across numerous Western states, with a focus on areas prone to environmental contamination. Key contract components include constructing hazardous substance removal actions, developing safety mitigation strategies, sampling and disposing of pollutants, and conducting environmental monitoring. Deliverables for projects will include management plans, site assessments, and completion reports, ensuring compliance with federal, state, and local environmental regulations. Additional contract stipulations emphasize health and safety training, security measures, and the protection of sensitive historical sites while requiring contractors to maintain meticulous recordkeeping and cooperation with BLM personnel. Overall, this initiative reflects a commitment to restoring and safeguarding the ecological integrity of BLM-managed lands while addressing the legacy of contaminating activities.
    The document outlines requirements for submitting a Price Schedule related to federal and state/local RFPs, specifically for labor and equipment pricing. It includes an embedded Microsoft Excel worksheet that contractors must complete for bidding purposes. Vendors are instructed to submit the filled-out Price Schedule in both Adobe PDF and Excel formats. This format ensures clear documentation of pricing details, which are critical for evaluating bids in compliance with regulatory standards. The emphasis on providing the information in two formats suggests a need for easy accessibility and review by government officials, reflecting the structured approach to managing procurement processes within government contracts.
    The Bureau of Land Management (BLM) State Office requires a Non-Time Critical Removal Action (NTCRA) at the ABC Mine Site, which has been contaminated with heavy metals due to historical mining activities. Key site activities include the excavation of approximately 8,000 cubic yards of tailings and 2,200 cubic yards of contaminated sediments, their consolidation into a lined repository, and the installation of protective measures, such as topsoil and vegetation to prevent off-site contamination. The contractor is responsible for conducting thorough planning, including health and safety protocols, quality assurance, and compliance with environmental regulations. Key tasks encompass conducting project kickoff meetings, preparing work plans, performing the NTCRA, and submitting completion reports, all of which require coordination with BLM and monitoring of environmental impacts. The project requires key personnel with specific qualifications, including a Project Manager, Health and Safety Officer, and Environmental Engineer, ensuring adherence to safety and regulatory standards. The period of performance extends to September 30, 2025, with structured deliverables and reporting requirements throughout the project, emphasizing the BLM's commitment to protecting human health and the environment during the remediation process.
    The document outlines wage determination for heavy construction projects in Asotin and Pend Oreille Counties, Washington, in compliance with the Davis-Bacon Act. It specifies the minimum wage rates influenced by Executive Orders 14026 and 13658, which set criteria based on contract award dates and applicability. Contractors must meet wage rates of at least $17.20 or $12.90 per hour for covered workers depending on contract conditions. The document includes detailed tables listing prevailing wage rates and fringe benefits for various construction classifications, such as electricians, laborers, and operators of heavy machinery. Additionally, it highlights the process for addressing unlisted classifications via a conformance request and explains the appeals process for wage determination decisions. The emphasis on employee rights under Executive Order 13706 mandates sick leave provisions, reinforcing worker protections. Overall, the document serves as a critical reference for contractors engaged in federal projects, ensuring adherence to wage standards and worker rights.
    The document outlines a sample task order statement for hazardous material (HAZMAT) and abandoned mine land (AML) response environmental services. It specifies labor categories and associated costs for various tasks, detailing hours, rates, and necessary equipment for a comprehensive environmental construction contract. Key tasks include organizing a post-award kickoff meeting, conducting project status meetings, developing a work plan for non-time-critical removal action (NTCRA), and executing specific NTCRA activities such as excavation, removal, consolidation, and confirmation sampling. The pricing worksheet emphasizes collaboration and accountability throughout the project, culminating in the NTCRA completion report. The structure highlights meticulous tracking of costs and labor, reflecting standard practices in federal and local Request for Proposals (RFPs) while ensuring compliance with environmental regulations. This document serves to facilitate clear communication of project expectations and financial outlines for stakeholders involved in environmental cleanup and response efforts.
    The solicitation file outlines requirements for federal contracting under the 8(a) program, emphasizing self-performance and subcontracting guidelines. Specifically, it stipulates a 15% self-performance requirement, detailing parameters for calculating total amounts related to material costs and labor expenses. The document specifies that subcontractors must be qualified as small businesses under the relevant NAICS code and recognizes the definitions of total labor costs, total material costs, and limits on subcontracting outlined in FAR 52.219-14. The successful proposal must ensure that the total labor paid to large business subcontractors is compliant with the established limitations on subcontracting percentages. Key breakout tables are included to track payments to both small and large business subcontractors, thereby promoting transparency and adherence to federal regulations. This document serves as a guideline for relevant stakeholders to prepare competitive proposals while ensuring compliance with government contracting standards.
    The document presents a Past Performance Questionnaire related to the solicitation for a construction project focusing on hazardous material and abandoned mine land response. It requires detailed contractor information, including project title, contract details, and a description of work performed. Evaluation criteria are outlined across several areas: quality, schedule/time management, pricing/payments, management, and regulatory compliance, each accompanied by a rating scale ranging from "Exceptional" to "Unsatisfactory." The contractor is expected to have met or exceeded contractual requirements, demonstrating effective problem-solving and good relationships with project stakeholders. The submission also encourages comments that support performance ratings, particularly for less favorable assessments. The Bureau of Land Management's contracting officer, Greetchen Jeremie, is identified as the point of contact for further inquiries, with a return deadline set for November 11, 2024. This document is integral for assessing bidders' past performance in similar contracts, ensuring that federal standards and expectations are upheld during project execution.
    The document outlines the solicitation process for a federal construction project, emphasizing the requirements for bidders to submit sealed offers in response to the solicitation. Key elements include the solicitation number, project details, required performance and payment bonds, and the timeline for performance commencement. Offerors must follow strict guidelines, including guaranteeing their offers for a specified duration and providing necessary documentation, such as acknowledgement of amendments and financial data. The form indicates that all offers are subject to government regulations and clauses applied to the solicitation. Additionally, it stresses the lack of competition exceptions and clarifies that the contract is finalized upon acceptance of the offer. The overall purpose of the document is to provide a structured framework for potential contractors to understand the bidding process and maintain compliance with government contracting standards, ensuring transparency and fairness in the procurement of construction services.
    The Bureau of Land Management (BLM) is soliciting services for Non-Time Critical Removal Action (NTCRA) to manage hazardous materials at the ABC Mine Site in the Western U.S. This five-year indefinite delivery indefinite quantity (IDIQ) contract aims to secure construction-related support for hazardous substance removal and related environmental services across various states. Key directives require compliance with environmental laws like CERCLA and the Clean Water Act, ensuring human health protection. The BLM plans to issue a competitive solicitation in September 2024, offering multiple Firm Fixed Price awards, incorporating the Davis Bacon Act wage determinations. The NAICS code for this project is 237990, and all materials used must comply with the Buy American Act. Interested contractors must access the solicitation through Sam.gov, with proposals evaluated based on best value in accordance with federal regulations. This announcement does not obligate the government to award contracts or cover proposal costs.
    The document outlines Solicitation No. 140L0624R0010 for the Construction HAZMAT & AML Response project, primarily focusing on the procurement of construction services related to hazardous materials and abandoned mine lands. The contract type is Indefinite Delivery/Indefinite Quantity (IDIQ), with a maximum ceiling of $45 million and an 8(a) competitive set-aside. Contractors are required to perform tasks from April 21, 2025, to April 21, 2030. Key elements include pricing structures adhering to Davis-Bacon Wage Determinations, detailed submission instructions for proposals, and essential clauses regarding safety, quality, and government oversight. Proposals are due by November 11, 2024, and must include labor and equipment pricing, complying with stringent safety and environmental regulations. The document specifies a minimum task order of $5,000, with a focus on providing necessary performance bonds and insurance provisions. It also emphasizes the importance of a quality control plan and sets forth requirements for contractor licensing and coordination with other contractors and governmental entities. Overall, the solicitation serves as a comprehensive framework for contractors bidding on environmental construction projects under federal oversight, promoting accountability and compliance with legal frameworks.
    The United States Department of the Interior's Bureau of Land Management (BLM) has issued a Sources Sought Notice for a construction hazardous material and abandoned mine land response IDIQ. This notice aims to gather information from both large and small businesses to inform an acquisition strategy before a competitive solicitation anticipated in Spring 2024. The BLM primarily seeks assistance in states such as Alaska, California, and New Mexico, focusing on compliance with various environmental laws, including CERCLA and OSHA. Services required include technical assistance for hazardous substance releases, waste management, and pollution prevention. The effort is set aside for 8(a) small businesses and is expected to span five years. Interested parties can submit their responses by January 15, 2024, via a specified Microsoft form. While participation is voluntary, it is crucial for those interested to stay informed through SAM.gov for future updates regarding proposals.
    Lifecycle
    Similar Opportunities
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    $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) focused on Environmental Remediation Services (ERS), exclusively set aside for small businesses. This procurement aims to award up to eight contracts to qualified firms capable of providing comprehensive environmental remediation services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA. The contract is crucial for addressing environmental contamination and ensuring compliance with federal standards, reflecting the government's commitment to effective 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.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    Q--Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Qualification Services under Solicitation No. 140D0424R0071, with a maximum contract value of $40 million. The objective of this procurement is to provide comprehensive medical evaluation services to ensure that approximately 14,000 wildland firefighters and support personnel meet established federal medical standards, thereby enhancing workforce safety and health management. This initiative is critical for maintaining the operational readiness and safety of personnel engaged in demanding roles across various DOI bureaus, including the Bureau of Land Management and the National Park Service. Proposals are due by October 7, 2024, and interested parties should direct inquiries to Sarah Ignacio at sarahignacio@ibc.doi.gov.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 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, is soliciting proposals for a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) focused on Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP) capabilities. The contract aims to address environmental remediation needs across various locations in the Continental United States, Alaska, Hawaii, and U.S. Territories, ensuring compliance with federal and state environmental regulations. This initiative underscores the government's commitment to environmental safety and effective remediation practices, which are critical for both military and civilian projects. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or Melanie A. Caines at melanie.caines@usace.army.mil.
    IDIQ for Abatement & Remediation Services
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, specifically the Agricultural Research Service, for an Indefinite Delivery Type Contract for abatement and remediation services. The services are needed to stabilize, clean, and remediate the Beltsville Location campus due to its age and history. The contract will be for one year with four priced optional years. The contractor will be responsible for specialized abatement, remediation, cleaning, contaminant disposal, and repair services related to asbestos, mold, lead, and other materials such as PBC and mercury. The market research is ongoing and a set-aside determination has not yet been made.
    Q--OWF Behavioral Health IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is soliciting proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "OWF Behavioral Health IDIQ," aimed at establishing a national behavioral health program for wildland fire personnel. The contract seeks to provide comprehensive mental health services, including access to licensed clinicians, therapy options, crisis intervention, and training modules, specifically addressing the unique mental health challenges faced by approximately 18,000 federal wildland firefighters and nearly 2,000 dispatchers. With a maximum ceiling value of $30 million, the contract spans a one-year base period with four optional renewal periods, emphasizing the importance of delivering evidence-based services in both urban and rural settings. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to Sarah Ignacio at sarahignacio@ibc.doi.gov.