Lone Star Army Ammunition Plant (LSAAP) High Explosives Burning Ground (HEBG) Remediation
ID: W912BV26S2501Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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.
    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.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    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.
    AE Environmental SB MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns for the AE Environmental SB MATOC project, which focuses on environmental engineering services. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year duration and an estimated capacity of $40 million, addressing a variety of hazardous, toxic, and radiological sites while ensuring compliance with relevant federal, state, and local regulations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by January 14, 2026, at 2:00 PM (EST) to Henry Caldera at henry.c.caldera@usace.army.mil.
    Herbicide Application Services for Chlorine Control Project, Truscott Lake, TX
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services for the Chlorine Control Project at Truscott Lake, Texas. This procurement is a 100% Small Business set-aside, aimed at controlling chlorine levels in the lake, which is crucial for maintaining water quality and ecosystem health. The contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods, with an anticipated award date of April 1, 2026. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, and can contact Joshua Hope at joshua.d.hope@usace.army.mil or by phone at 918-669-7460 for further information.
    UXO Clearance Services - Fort McCoy
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Unexploded Ordnance (UXO) Clearance Services at Fort McCoy. The procurement aims to ensure the safe removal and remediation of hazardous materials, which is critical for maintaining the safety and usability of military training areas. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 562910, focusing on remediation services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736 for further details regarding the solicitation process.
    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.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.