F--R7 Tri-State Lead (Pb) Multiple Award Task Order Contract (MATOC)
ID: 68HE0725R0003Type: Presolicitation
Overview

Buyer

ENVIRONMENTAL PROTECTION AGENCYENVIRONMENTAL PROTECTION AGENCYREGION 7 CONTRACTING OFFICELENEXA, KS, 66219, 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 Environmental Protection Agency (EPA) is initiating a presolicitation for the R7 Tri-State Lead (Pb) Multiple Award Task Order Contract (MATOC) aimed at addressing environmental remediation needs in the Joplin, Missouri area. This contract is set aside for small businesses and will focus on providing remediation services as outlined under NAICS code 562910, specifically targeting lead contamination issues. The MATOC is crucial for ensuring effective environmental protection and remediation efforts in the region, contributing to public health and safety. Interested parties can reach out to Scott Dandy at Dandy.Scott@epa.gov or call 913-551-7949 for further details regarding the procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--R7 GRANBY SUBDISTRICT NEWTON COUNTY MINE TAILINGS
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for the R7 Granby Subdistrict Newton County Mine Tailings project, which involves remedial action at the Newton County Mine Tailings Superfund site in Missouri. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on environmental remediation services as defined under NAICS code 562910. The project is critical for addressing contamination and restoring the affected areas, ensuring compliance with environmental protection standards. Interested parties can reach out to Frank Novello at Novello.Frank@epa.gov or by phone at (913) 551-7642 for further details, noting that a site visit has been canceled as per Amendment 0003.
    F--Big River Mine Tailings, (OU2) Sediment Removal
    Buyer not available
    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.
    F--R10 Emergency and Rapid Response Services (ERRS)
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking qualified contractors to provide Emergency and Rapid Response Services (ERRS) under the R10 contract. This procurement aims to secure 24/7/365 emergency response labor and equipment to effectively contain, control, collect, and stabilize hazardous substances and pollutants. These services are critical for managing environmental emergencies and ensuring public safety in the event of hazardous material incidents. Interested small businesses are encouraged to reach out to Shaneka McKinney at McKinney.Shaneka@epa.gov or call 913-551-7780 for further details, as this opportunity is set aside for total small business participation.
    R--Superfund Technical Assessment and Response Team (START) 6 Solicitation
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for the Superfund Technical Assessment and Response Team (START) 6 contract, aimed at providing consistent support services to EPA On-Scene Coordinators (OSCs) and other federal officials involved in the National Response System. This contract will focus on delivering environmental consulting services, specifically in emergency response, disaster planning, and preparedness support, which are critical for effective environmental management and response to hazardous substance releases. The opportunity is set aside for small businesses, and interested parties can reach out to Joseph Mendoza at mendoza.joseph@epa.gov or (415) 972-3675 for further details. The procurement is categorized under NAICS code 541620 and PSC code R429, emphasizing the importance of specialized expertise in environmental consulting.
    F--Water Emergency Response Resources Contract
    Buyer not available
    The Environmental Protection Agency (EPA) is preparing to establish a contract for Water Emergency Response Resources, with an official solicitation anticipated in March 2025. This opportunity is aimed at gathering an interested party list for the upcoming requirement, which is categorized under Remediation Services (NAICS Code: 562910) and involves other environmental services (PSC Code: F999). The resources procured will be critical for effective response to water emergencies, ensuring public safety and environmental protection. Interested parties can reach out to Emily Mogg at Mogg.Emily@epa.gov or call 415-972-3711 for further information, noting that this announcement is not a solicitation for proposals and no contract will be awarded at this stage.
    Environmental Protection Agency (EPA), Single- Award Task Order contract (SATOC) for the American Creosote Site (ACW) in Jackson, TN
    Buyer not available
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Savannah District, is soliciting proposals for a Single-Award Task Order Contract (SATOC) valued at approximately $90 million for environmental remediation services at the American Creosote Site (ACW) in Jackson, TN. The contract aims to address hazardous toxic and radioactive waste, including tasks such as assessment, investigation, and removal of environmental contaminants, while explicitly excluding military munitions response services. This procurement is a total small business set-aside, emphasizing the importance of small business participation in federal contracts, and the proposal submission deadline is set for February 5, 2025, at 2:00 PM Eastern Time. Interested contractors should register in the System for Award Management (SAM) and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with further inquiries directed to David Jimenez at david.a.jimenez@usace.army.mil or Chad Arnett at chad.a.arnett@usace.army.mil.
    Nationwide Heavy Metals Remediation Services in support of Army Reserve Installation Management Directorate
    Buyer not available
    The Department of Defense, through the Army Reserve Installation Management Directorate, is seeking to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Heavy Metals Remediation Services across 670 designated locations in the Continental United States and its territories. The procurement aims to provide comprehensive heavy metal sampling, mitigation, and remediation services, addressing contamination at various facilities, including former Indoor Firing Ranges and other contaminated sites. This initiative is crucial for ensuring environmental compliance and public safety at facilities that may pose health risks due to heavy metal contamination. Interested contractors can reach out to Adrienne Manuel at adrienne.c.manuel@usace.army.mil for further details, as this is an unrestricted procurement with full and open competition.
    Solicitation for new Task Order under existing IDI
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for a new Task Order under the existing Indefinite Delivery Indefinite Quantity (IDIQ) Contract 68HERC20D0029, which focuses on the "Characterization of Municipal and Food Wastes by Laboratory Analyses." This procurement aims to engage small businesses in conducting essential research and development activities related to the analysis of municipal and food waste, which is critical for environmental management and policy formulation. The work will take place in Cincinnati, Ohio, and interested parties can reach out to Kaela Back at Back.Kaela@epa.gov or call 513-569-7904 for further details. This opportunity is set aside for small businesses, aligning with the SBA's Total Small Business Set-Aside guidelines.
    Remediation MATOC
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Europe District, is seeking qualified firms to provide environmental investigation and remediation services under a Multiple Award Task Order Contract (MATOC) for the Remediation MATOC project. The primary objective of this procurement is to support the Army Environmental Cleanup Strategy (AECS) by executing various environmental services, including site inspections, environmental assessments, and cleanup activities at military installations across Germany, Benelux, and Poland, ensuring compliance with U.S. and Host Nation environmental regulations. This contract, valued at approximately $45 million over a five-year period, emphasizes performance-based contracting and requires contractors to maintain quality control and safety protocols during operations. Interested firms must submit their letters of interest and relevant qualifications to SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil and Christian Solinsky at christian.solinsky@usace.army.mil by February 19, 2025, at 10:00 hours Central European Summer Time.
    F--Former United Zinc Remedial Action
    Buyer not available
    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).